SOURCES SOUGHT
D -- Executive Order IT Support Services
- Notice Date
- 11/16/2015
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-OPS-16-I-0048
- Archive Date
- 12/16/2015
- Point of Contact
- Todd W. Blose, Phone: 2026937970, Marisol G. Krist,
- E-Mail Address
-
blose.todd.w@dol.gov, krist.marisol@dol.gov
(blose.todd.w@dol.gov, krist.marisol@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Dept. of Labor (DOL) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Proprietary information, at this time, is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract, in accordance with FAR 15.201(e). It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. DOL is limiting responses to this RFI to NO MORE THAN THREE (3) PAGES, excluding supplemental materials such as brochures and product literature, and requests respondents adhere to this requirement for ease of response review. Description and Capability Requirements: DOL is seeking sources of support to implement and execute Executive Orders (E.O.s) focused on providing federal interagency Information (IT) services and program support. DOL initiated the federal interagency Benefits.gov Program in 2001, as the Managing Partner, and continues to lead all program and system development activities for this flagship E-Government Program. This RFI is intended to obtain capability statements from interested parties who would potentially support a broad range of IT activities at DOL that include services, technologies, and processes to accomplish the mission of DOL's Office of the Chief Information Officer (OCIO). DOL has periodic and ongoing requirements to support IT programs, perform IT-related projects, and IT-related technical work for various DOL OCIO initiatives. Some of those initiatives focus on the accomplishment of purely technical IT tasks while others require considerable program management to successfully apply and leverage technology initiatives to accomplish objectives. For example, DOL awarded a 5-year Blanket Purchase Agreement (BPA) in 2011 that defined a set of capabilities that could be leveraged towards Program or Project Management and Technical Services across multiple federal agencies (i.e. DOL's Benefits.gov Program). DOL benefitted from significant enhancements and results for various DOL agencies (e.g., OCIO, OASAM, OCFO, ETA, and OFLC) as well as the World Health Organization (WHO) that included program/project management and support of the Benefits.gov Program, DOL IT Modernization, DOL's Customer Service Program Office, and DOL IT Integration. Desirable attributes of potential sources of support include: (a) mature and robust technical and business capabilities to produce high quality and cost effective solutions, (b) a current and operating organizational structure that supports business practice groups that can align with services needed to support Task Groups defined via performance work statements, and (c) a mature corporate culture that uses either proprietary or industry standard methods to facilitate work in each of the Task Groups defined in DOL PWS's. The following list of capabilities is considered to greatly mitigate delivery risk of supporting Federal Government-wide IT E.O.s. This list is based on historical delivery of E.O.s through support of the DOL's Benefits.gov Program, Disaster Assistance Improvement Program, and the Level Road Datacenter site. Respondents interested in providing a response to this RFI should submit information which clearly describes the following ((1) thru (18)): 1) Experience and positive past performance, supported by current and applicable CPARS records, serving as a prime awardee managing large ($50M+) Blanket Purchase Agreement (BPA) or Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicles. 2) Experience providing Program Management and IT support services to a cabinet-level agency initiative formed directly as a result of an Executive Order within the past 5 years. 3) Prime role providing management-related stakeholder engagement support across 15 or more federal departments/agencies in support of an Executive Order. 4) Experience providing program and project management-related support for government-to-government (i.e. interagency), government-to-business, and government-to-citizen e-Gov programs. 5) Experience applying Program Management Body of Knowledge (PMBOK) and Program Management Institute (PMI) standards to processes and deliverables via staff that include PgMP (Program Management Professional) and PMP (Project Management Professional) certifications. 6) Experience applying Organizational Change Management-related support for government agency clients via staff that includes industry-recognized Change Management certifications. 7) Understanding and experience complying with DOL Capital Planning and Investment Control (CPIC) processes/phases (e.g., Select, Control, and Evaluate), reporting to applicable stakeholders, and utilizing an eCPIC system. 8) Strong corporate quality controls as evidenced through active holding of a CMMi Level 3 Development certified programs and ISS0-9001 certification. 9) Expertise and experience validating accessibility requirements (e.g., Section 508 of Rehabilitation Act of 1973). 10) Experience implementing Agile frameworks that are compliant with Federal laws and Department-level guidelines to include successfully accreditation of IT systems through FISMA or Fed Ramp processes. 11) Experience providing management-related support to 17+ interagency strategic governance boards as well as associated strategic planning and budget preparation, Change Control Board, and Executive Steering Committee processes. 12) Experience providing management-related facilitation support for review, approval, and transfer processes for multi-year funding and commitment agreements. 13) Experience implementing a wide-array of technologies as part of E-Government solutions including: Cloud platforms, Drupal Content Management, and Java/PHP custom applications. 14) List business size in accordance with potential NAICS Code 541512. The expression of interest should state whether the concern is a Large or Small Business ; and identify specifically if business is Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, or Service Disabled Veteran Owned Small Business. 15) Provide the firm's Dun and Bradstreet number. 16) Any other Government contracts held including General Services Administration/Federal Supply Schedule (GSA/FSS) and/or other Governmentwide Acquisition Contracts (GWAC) (include the corresponding schedule/GWAC contract number). 17) If the firm has recently submitted a proposal for any similar requirements with any Dept. of Labor or other U.S. Federal Government activities-please include the agency's name, solicitation number, and Contracting Officer's name and point of contact information. 18) Response to the following question: Can the work be performed at the contractors' site located within the District of Columbia, not to more than five miles from the DOL, 200 Constitution Ave., NW Washington, DC 20210 with Metro accessibility? RESPONSES: Please submit responses and information via email to Todd W. Blose and Leslie A. Tabash, Contract Specialists, at Blose.Todd.W@dol.gov and Tabash.Leslie.A@dol.gov, respectively, and to Marisol Krist, Contracting Officer, at Krist.Marisol@dol.gov NO LATER THAN 12 NOON ET DECEMBER 01, 2015. You may also submit supplemental materials such as brochures and product literature to the above email addresses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-16-I-0048/listing.html)
- Place of Performance
- Address: Dept. of Labor Headquarters, 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03946857-W 20151118/151116234537-6dd15a14f4a143ad1617f7ae0365abd5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |