DOCUMENT
R -- IN 78 Employee Safety Perception Survey Request for Information RFI - Attachment
- Notice Date
- 6/22/2016
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA119A16N0198
- Response Due
- 7/7/2016
- Archive Date
- 8/6/2016
- Point of Contact
- Gary.Ruc@va.gov
- E-Mail Address
-
melissa.maloy@va.gov
(melissa.maloy@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) The Department of Veteran Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e), the agency does not intend to award a contract but rather gather information on capability, delivery and other market information pertinent for acquisition planning. The result of this market research will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement for the following: BACKGROUND This project surveys employees of the Department of Veterans Affairs on their perceptions of safety in the workplace. The survey results will aid safety program decision-makers throughout VA organizations to identify areas to celebrate their successes and target those that need improvement. Comprehensive reporting and analysis will guide safety program officials to consider innovative and effective solutions to targeted weaknesses. Engagement is an integral part of VA's priority to improve the employee experience. Viewpoint surveys are useful for assessing employee attitudes about their workplaces. "Making VA a place people want to serve" is identified in the VA Strategic Plan 2014-2020 as one of the agency's key objectives in support of its strategic goals. The Safety Perception Survey also targets two key objectives of the strategic plan for the Office of Human Resources and Administration: "Employee Engagement and Satisfaction," and "Improve the Workplace." Improving employee safety not only reduces organizations' costs, but is a fundamentally humane aspect of the modern workplace. Safe work environments foster employee morale and contribute to productive atmospheres. The VA Safety Perception Survey will help identify safety program strengths and those areas that need improvement. Surveys capture employee perceptions at a moment in time. The VA Safety Perception Survey will establish a baseline for VA Administrations and Key Offices to target select areas for program actions and monitoring. The survey will also entail individualized reporting which will permit organizations to compare performance across multiple locations, departments, or divisions. Upon completion of the survey execution and reporting, a comprehensive analysis of the findings is critical for decision-makers to determine their courses of action. Additional surveys may be undertaken to allow organizations to evaluate progress on their action priorities. SCOPE The Contractor shall develop and execute a survey of the employees of the Department of Veterans Affairs on their perceptions of safety in the workplace. The survey results will aid safety program decision-makers throughout VA organizations to identify areas to celebrate their successes and target those that need improvement. The contractor shall also develop comprehensive reporting and analysis of the survey results, and also develop and support all presentations to guide safety program officials to consider innovative and effective solutions to targeted weaknesses. The online survey form will be the primary tool used to electronically collect responses from VA employees. The paper version of the survey will supplement the electronic form, and will be distributed to individuals where specifically requested, or in organizations where electronic access to the survey is unavailable. The platform must be functionally compatible with software and hardware prevailing at VA facilities. The site shall be independently available on the World Wide Web, accessible by direct personal hyperlink only. The website shall include navigation tabs to maneuver the site, timeout and lockout prompts, introductory greeting and completion salutation, user instructions, identifying symbol and/or logo. Website and survey analysis shall entail complement of security measures to ensure statistical validity of responses. PERFORMANCE DETAILS "The period of performance (pop) shall be 12 months from the date of award. "Tasks under this PWS shall be performed in the contractor's facilities. The contractor will perform duties at contractor facility except for meetings with VA personnel. "The government anticipates travel twice during period of the performance to perform the tasks associated with the effort, which includes the kick off presentation and survey results summary presentations. SPECIFIC TASKS, DELIVERABLES AND PERFORMANCE METRICS Project Management Contractor shall draft a Project Management Plan (PMP) that lays out the Contractor's approach, timeline and tools to be used in execution of the contract. The PMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support. The PMP shall also include how Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. Contractor shall update and maintain the VA PM approved PMP throughout the period of performance. Deliverables: A. Project Management Plan/Project Schedule B.Reporting Contractor shall provide the Contracting Officer's Representative (COR) with Monthly Progress Reports in electronic form in Microsoft Word, Adobe pdf or comparable machine readable formats. The report shall include detailed instructions/explanations for each required data element, to ensure data is accurate and consistent. These reports shall reflect data as of the last day of the preceding month. The Monthly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall also identify any problems that arose and a description of how the problems were addressed. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The Contractor shall monitor performance against the PMP and Project Schedule and report any deviations. It is expected that the Contractor will keep in communication with VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Kick-off meeting The contractor shall perform the initial consultation at the kick-off meeting. The consultation shall include a presentation of overall project design, objectives, and methods. Deliverable Initial Consultation and Presentation Survey Administration The VA Office of Occupational Safety and Health (OSH) will oversee performance of the contract for this Initiative. The Contractor shall perform the tasks below: 1.Provide survey project administration preparation (discussion, consultation, and planning regarding all project design, objectives and methods). 2.Provide survey project technical preparation (discussion, consultation and planning regarding the survey instrument, administration, demographic subgroups and survey analysis). Contractor shall consult with VA in the design and content of the paper and online survey forms 3.Provide development and delivery of survey forms (drafting of paper and electronic survey forms based on standardized surveys and appropriate customization). 4.Provide preparation for analysis (development of appropriate files for survey data and analysis, development of website for electronic responses). 5.Provide data receipt and management (data entry for paper forms, collection of electronic data via a dedicated secure website, merging of paper and electronic data). 6.Perform data analysis and database comparisons (calculation of appropriate statistics to generate percentile scores overall, for each item, and for appropriate categories of items; analyze results with proposed courses of action). 7.Perform survey report writing (development of complete written result reports for each of the key line organizations overall, including tables, figures, charts, text, and appropriate appendices with tabulations of data). 8.Provide survey administration guidelines and recommendations regarding execution of survey Deliverables A.Customizable survey instrument that is Section 508 compliant and conforming to current statistical and surveying validation standards and norms. B.Online and paper-based survey form design. The survey form shall be customized with questions as directed by VA. C.Secure webpage with link for VA employees to complete the survey. D.Paper surveys including a central mailing address for collections. E.Drafts of communications to employees for completing the survey. F.Survey administration, such as survey response strategies, tracking daily survey response rates, and monitoring, documenting, and troubleshooting issues arising from survey administration. G. Survey Results Analysis: Contractor will provide comprehensive graphic and narrative statistical analyses of VA and each key organization and subgroup identified. Contractor shall apply appropriate comprehensive contemporary social science research methodologies to survey data analyses. Analyses will consist of various behavioral analyses, rankings, internal hierarchical, and Federal and public sector peer-to-peer comparisons, industry comparisons, cohort breakdowns, categorical analysis by question type, and other analyses deemed appropriate. Contractor will identify and explain the use of leading and lagging indicators, and predictive analytics where appropriate. H. Survey Results Reports: Results reports for VA and each key line organization and sub-organization identified. Results reports will contain tables, figures, charts, accompanying explanatory text, conclusions, and appendices containing data tabulations. Results reports will also contain: Discussion of survey objectives; Description of survey sample and method of survey administration and data analysis; Narrative text with summary graphs and tables presenting results by opinion statement; Comparison by employee subgroup; Discussion of findings, conclusions and areas for attention; and Appendices containing the survey statement and complete response distribution for each statement (where valid). Develop and produce electronic version in PDF format and 10 (ten) hard-copy survey results reports for VA and each VA Administration and other key offices identified. I.Survey Results Presentations: Present summary findings briefings to select representatives from each VA Administration and key office surveyed. J.Post-Survey Consultation: Provide ad-hoc consultation services with interpretation of survey instrument and results, including statistical analysis and validation, guidance with data presentation, forecasting, benchmarking, and personnel and systems analysis. Survey Rights and Approvals The contractor shall release all rights to the information that is associated with the survey, presentation and assessment. VA shall provide written acceptance, comments, and/or change requests regarding deliverables, as needed. Contractor shall have 10 working days to address the Government's concerns and re-submit the task order deliverable(s). For any re-submitted deliverable, VA shall review and verify that the concerns have been resolved. VA shall provide Contractor written notice of acceptance/rejection or request for extension following receipt of each re-submitted deliverable. Contractor may not proceed to successive milestones or schedule targets without prior Government approval. Government shall not be responsible for any costs incurred due a deliverable needing to be re-submitted. Any need to re-submit documentation shall not be considered an acceptable reason for delay in the performance of the task order requirements. Performance for this project shall include: 1.Adherence to product delivery schedules 2.Adherence to stated requirements for Government resources 3.Adherence to project cost estimates 4.Adherence to project scope 5.Adherence to design standards and test protocols 6.Completion of project/task order in accordance with plans and specifications 7.Adherence to professional standard of conduct, including customer service protocols, communication and responsiveness THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address, telephone number, business size, NAICS code; DUNS, SIN Category and GSA Schedule; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) Provide services under a performance based service acquisition contract. In addition to providing a capability statement as discussed above, a series of questions regarding capability must be answered. Please ensure the question number is referenced within the RFI response. Below are the capability questions: 1.What are your organization's experience with and capabilities for tasks noted in this RFI? 2.Based on your experience, does your company have the resources to provide these services noted above? 3.Does your company have the expertise/competency depth necessary to maintain quality personnel to perform the task indicated in this RFI in short turnaround times? 4.Can your company accomplish these services solely or would you subcontract with another company? 5.How do you structure pricing for these services? 6.Are there any additional tasks that you envision for this requirement? 7.Are there specific labor categories that you envision for this requirement? 8.What is the best NAICS code/ Product Service Code (PSC) for this requirement? 9.Do you have a GSA contract schedule? If so, what schedule is the most appropriate for this requirement? 10.Does the Vendor have experience providing employee perception surveys to Federal agencies? 11.Does the Vendor have experience providing employee perception surveys to organizations with over 200,000 employees? 12.Do your analysts hold advanced degrees from institutions accredited by the U.S. Department of Education in research psychology, sociology, political science or other closely aligned social science? 13.Do you have expertise conducting employee perception surveys in the field of Occupational Safety and Health? 14.Do you have at least 10 years of experience conducting employee perception surveys? 15.Do you have experience conducting employee perception surveys for hospitals, healthcare networks or comparable work environments? 16.Do you have the capability and analysis to access perception of management vs. employee safety? Structure of Responses Contractors should respond to this RFI by Thursday July 7, 2016 by 4PM ET via e-mail to Gary.Ruc@va.gov and Melissa.Maloy@va.gov. Limit all responses to 15 pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A16N0198/listing.html)
- Document(s)
- Attachment
- File Name: VA119A-16-N-0198 VA119A-16-N-0198.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2822332&FileName=VA119A-16-N-0198-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2822332&FileName=VA119A-16-N-0198-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119A-16-N-0198 VA119A-16-N-0198.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2822332&FileName=VA119A-16-N-0198-000.docx)
- Record
- SN04157871-W 20160624/160622234331-f098619dbb6c65862397e2e744347be2 (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 |