Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOURCES SOUGHT

R -- Workforce Analysis

Notice Date
4/12/2017
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Satellite & Information Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NEEA0000-17-00425
 
Archive Date
5/4/2017
 
Point of Contact
Marie Tarnowski, Phone: 301-628-1421
 
E-Mail Address
Marie.Tarnowski@noaa.gov
(Marie.Tarnowski@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Number : NEEA0000-17-00425 Notice Type : Request for Information (RFI)/Sources Sought Response Date : April 12, 2017 Classification Code : NAICS Code : 541612 Human Resources Consulting Services Synopsis NESDIS is seeking assistance in developing recommendations and actionable plans in support of an organization-wide comprehensive workforce strategy to ensure the organization and its workforce is poised to support not only today’s mission, but the mission of the future. This request is issued for the purpose of exchanging information to improve the Government’s understanding of industry capabilities. The Request for Information will enable potential offerors to determine whether, or how, they could satisfy the Government's requirements at a reasonable price. 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. For purposes of determining Small Business size standard status, the North American Industry Classification System (NAICS) code for this requirement is 541612 Human Resources Consulting Services, and the Small Business Size Standard is $15M. Requirement Description The National Environmental Satellite, Data and Information Service (NESDIS) is looking for a Contractor with proven expertise and broad experience in workforce analysis and assessment and organizational change management. The Contractor will analyze the effectiveness of our current workforce and organization structure in order to develop detailed plans for implementing changes to improve our workforce alignment with the NESDIS vision and critical skill and capability gaps. Based on the comprehensive analysis of the NESDIS workforce, the Contractor will develop detailed plans to close the existing gaps in skills and competencies of the current workforce and develop detailed planning document(s) to identify future hiring needs to ensure the workforce of the future has the necessary diversity, skills and competencies to support the mission of the future. In addition to the plans focused on closing the existing gaps and looking at the skills and competencies needed for the future, a plan/program that will emphasize both formal and informal training, along with broad assignments as a prerequisite to employee advancement shall also be developed. These detailed planning documents will become one part of the workforce plan. The workforce assessment will yield information supporting a detailed plan that will look at the current and future needs of the organization that will result in recruitment and retention strategies and integrate these strategies into action plans. Another key component of the workforce plan is looking at the diversity and succession planning of key and senior level positions in the organization. The plans resulting from this effort must align and support the NESDIS Strategic Plan, People Priority, which is key to bridging the organization of today to the future focusing on three goals: provide training and development opportunities; effectively manage the workforce; and create a healthy, engaged and productive culture. The Contractor shall provide all support for project oversight, administration and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. The Contractor shall: · Provide a task plan encompassing the SOW deliverables within 30 days of the contract award. Task plan shall provide an in-depth tactical plan for understanding, documenting, evaluating, and recommending a pathway for implementing changes. · Conduct bi-weekly status meetings ensuring that government is aware of current status, any areas of concerns, or schedule changes. · Engage with NESDIS senior leadership to ensure understanding of program objectives, NESDIS strategic mission, and the current and desired skillset. · Understand and evaluate the current and projected workforce plan through a comprehensive assessment and analysis that includes workload, staffing, organization functions, skillsets and capabilities, diversity and inclusion statistics, and training and development efforts. · Identify gaps in the workforce structure and plan needed to meet anticipated future needs for NESDIS. · Develop recommendation of alternatives that include organizational structure, workforce model/plan, training and development needs, recruitment strategies, and succession efforts. Recommendations should close critical skill and capability gaps, including leadership capabilities. · Deliver a final report that must include all analysis work, gaps identified, recommendations, and repercussions if gaps are not addressed. · Provide quarterly updates on progress and any recommendations for early adjustment or implementation. · Provide all deliverables using Microsoft Word, Excel and/or Microsoft Project in an editable format. This includes all aspects of all developed documents: text, tables, figures, maps, etc. Request for Information Response Instructions If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 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; 3) Previous contracts of similar size and scope; and 4) Provide information on any current GWAC, including products and services offered. [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. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Responses to this RFI are due no later than April 19, 2017, 11:00am ET. Responses shall be sent via email to Marie Tarnowski, Contract Specialist, marie.tarnowski@noaa.gov. The electronic copy of your response must be in ".pdf format" and readable by the Adobe Acrobat Reader. Responses are limited to 10 pages. Questions pertaining to this notice may also be emailed to Marie Tarnowski @ marie.tarnowski@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7632e487d8c2a541ef7a3d0a46b2703e)
 
Place of Performance
Address: 1335 East-West Highway, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN04470260-W 20170414/170412235018-7632e487d8c2a541ef7a3d0a46b2703e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.