SOURCES SOUGHT
D -- Key Initiatives Centers of Excellence Operations Support
- Notice Date
- 10/20/2017
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- OAI_COE
- Archive Date
- 11/16/2017
- Point of Contact
- Al Munoz, Phone: 2027344226
- E-Mail Address
-
alberto.munoz@gsa.gov
(alberto.munoz@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- General Services Administration Federal Acquisition Service (FAS) In support of The White House Office of American Innovation Centers of Excellence Request for Information 1. Background The General Services Administration (GSA) Federal Acquisition Service (FAS) is seeking assistance to support key initiatives and projects under four Centers of Excellence (COEs) for four key technology initiatives: Establish and grow identity and authentication services for account users that integrate with agency systems and platforms. Provide a portfolio of cloud computing services across multiple cloud service provider (CSP) offerings, and implement flexible solutions for the delivery of cloud services. Use consolidated contact center services to make it easier and more cost effective for the public to access federal services. Improve access to data so that government leaders better manage to agency missions and transparency for the public is increased. Activities will include the establishment of business processes, projects, and programs in a number of areas. A Program Management Office/PMO will assist these efforts by providing a wide range of functions in support of the teams implementing them. 2. Purpose and Scope GSA is establishing a PMO within FAS to centralize methodologies, tools, and techniques, report ongoing progress against metrics, and provide shared resources. The purpose of this request for information is to obtain industry input on providing contractor support for the four Centers of Excellence to ensure that activities are managed in a coordinated way to obtain benefits not available from managing them individually. Industry partners will function as a catalyst for all referenced tasks by providing analytical reporting tools and techniques to ensure a successful outcome. 3. Objectives and Success Indicators The following describes the high level objectives and success indicators for the effort: Staff each Center of Excellence with highest caliber technologists, strategists, change agents and consultants Establish goals and associated metrics for tracking progress. Assist projects in strengthening branding for service offerings that lead to increased agency adoption. Maintain strong financial models for each COE. Create a collaborative and trusted partnership between various organizations involved by developing clear articulation of the business benefits of all solutions.. Assist the PMO lead in gaining agreement on goals and approach among: Federal leadership stakeholders, both inside and outside of GSA. GSA administrative executives from the following offices: Chief Information Officer, Chief Financial Officer, General Counsel, Senior Procurement Executive, Human Capital/HR, and others as needed. Other key stakeholders (agencies, vendors, and experts in the field) to develop support for the overall project goals and approaches. Work with agency transformation teams to help develop a change management strategy to usher the standup of COE solutions. Develop easy-to-interpret progress reports and interactive dashboards. Ensure they are produced with minimal burden for those providing the data, with feedback incorporated from external stakeholders for continual improvement. Create a path for successful focus on multiple engagements and agency projects at once with consistent implementation. 3. Industry Support The PMO will be staffed with government and contract employees who will provide direct support to the PMO and to the project teams. Industry support will cover a wide range of activities including project management assistance/guidance, acting as the support catalyst for completing all plans/activities, creating a centralized approach to track progress against metrics, associated Executive-level interactive dashboards, and Agile Project Management/Change Management support. Critical to this is ensuring all processes have a positive effect, and that progress reporting is of minimal burden on the teams. Further details are included in Section 6 below, Deliverables and Administrative Details. 4. High Level Program and Industry Partner Requirements Ability to recruit highest caliber technologists, executive and support personnel Use of current communications tools, working in the open, and collaboration with industry partners and Government agencies A “deep bench” providing support to deployed personnel within Government agencies Proven experience working in an agile manner and balancing iterative development with longer-term project planning. Proven experience within the last two years coordinating and synchronizing project/workstream metrics/results into one consolidated easy-to-interpret interactive dashboard visualizations for Senior leadership. Proven experience within the last two years managing, tracking and reporting on the progress/results of workstreams using an Agile project management approach (e.g., in incremental, iterative work cadences). Demonstrated understanding of all modern development practices, including agile, human centered design, and open source Proven experience in developing strong financial models Proven experience in the area of change management for controlled identification and implementation of technology modernization and transformation plans. Familiarity with current federal initiatives and commercial best practices surrounding Identity Management, Cloud, Contact Centers, Open Data, and various other potential target initiative areas. Demonstrated ability to manage and coordinate numerous technology modernization workstreams across three or more federal departments or agencies. Familiarity with CFO Act agencies, federated agencies, and internal Government councils (CIO Councils, CFO Councils, HR Councils, etc.) 5. Period of Performance An ordering period of 36 months. 6. Place of Performance The Government will provide office space at 1800 F Street, NW Washington DC. The contractor team is expected to maintain an on-site presence for every day of the week and a telework plan will be agreed to as part of contract kickoff. Primary work is to be performed during standard agency working hours; variations in core hours and regular coverage hours shall be made only with the approval of the Contracting Officer (CO) or Contracting Officer’s Representative (COR)/Program Manager (PM). Meetings will take place in the National Capital Region (NCR). Occasional travel outside of NCR may be required, and the contractor will be reimbursed for travel expenses incurred in accordance with Government Travel Regulations. 7. Non Disclosure The contractor and all contractor employees assigned to the FAS PMO will be required to sign a Non-Disclosure Agreement (NDA) restricting any use of inside information learned during the project as procurement sensitive. As a result of the unique position of the selected vendor, the contractor will agree that as a firm it, will be excluded from any or all future operational competitions related to the FAS PMO agency transformation projects being monitored since business intelligence obtained from their unique position could be used to give unfair advantage to market competition. 8. Organizational Conflict of Interest If the contractor has provided or is currently providing, or anticipates providing support to GSA or other agencies being supported by the FAS COE PMO that creates or represents an actual or potential organizational conflict of interest (OCI), the offeror shall immediately disclose this fact to the Contracting Officer in accordance with FAR Subpart 9.5. This disclosure shall occur regardless of whether the support provided was as the prime contractor, subcontractor, teaming partner or consultant on the effort. The contractor is also required to complete and sign an Organizational Conflict of Interest Statement in which the contractor (and any subcontractors, consultants or teaming partners) agrees to disclose information concerning the actual or potential conflict with any quote for any solicitation relating to any work in the TO. All actual or potential OCI situations shall be handled in accordance with FAR Subpart 9.5 and will require the offeror to submit a mitigation plan unless the need is waived by the CO. 9. Security The offeror will adhere to all information staff and facility security requirements in accordance with GSA Order 2100.1A, IT Security ADMP 9732.1C, and GSA IT General Rules of Behavior C102104.1. All work identified in this document is unclassified or carries Privacy Act classification. The data that the contractor will have access to may have relatively high sensitivity. As a result, as previously mentioned, the contractor is required to sign an NDA relating to sensitive data. In addition, all individuals assigned to the FAS PMO task order will be required to obtain a National Agency Check with Inquiries and Credit (NACIC) in accordance with Homeland Security Presidential Directive/HSPD-12. The Contracting Officer or COTR retains the right to request removal of contractor personnel, regardless of prior clearance or adjudication status, whose actions, while assigned to task orders, clearly conflict with the interest of the Government. 10. Acquisition Strategy and Contract Type The government anticipates issuing multiple-award variable quantity contract vehicles (IDIQ or BPA), with a pricing structure that accounts for fully-loaded labor rates, which will be ordered on a fixed-price basis. In anticipation of the complexity of hiring skilled technologists, responding offerors will not be required to provide fixed rates, but instead will be asked to quote a fixed coefficient/fee to be applied to hourly rates, which will vary. A sample pricing schedule is below: ITEM NO: Description Coefficient/Fee 0001 Independent Contractor 0.0 0002 Professional Service Employee 0.0 0003 Ancillary Supplies and Services Priced per order 0003 Travel Costs NTE Amount Successful offerors are expected to recruit technical talent and to negotiate rates and contracts. The coefficient/fee will apply to the negotiated rate. The Government’s team will issue requests for quote for each order, and will place orders only for those candidates whose skills match negotiated rates. 10.1. INDEPENDENT CONTRACTOR EMPLOYEES (CLIN 0001) “Independent Contractor” as used herein, means an employee hired as an independent contractor. This includes people who follow an independent trade, business, or profession in which they offer their services to the public. An individual is an independent contractor if the person for whom the services are performed, have the right to control or direct only the result of the work and not the means and methods of accomplishing the result. For independent contractors, generally no withholding is required. 10.2. PROFESSIONAL EMPLOYEES (CLIN 0002) “Professional Employee” as used herein, means any person meeting the definition of “employee employed in a bona fide… professional capacity” given in 29 CFR 541. The term embraces members of those professions having a recognized status based upon acquiring professional knowledge through prolonged study, who are not hired by the vendor as independent contractors. Examples of these professions include accountancy, actuarial computation, architecture, dentistry, engineering, law, medicine, nursing, pharmacy, and the sciences (such as biology, chemistry, and physics, as well as teaching). To be a professional employee, a person must not only be a professional but must be involved essentially in discharging professional duties. However, awards are not for the acquisition of architect-engineer services as described in FAR Subpart 36.6. Professional positions proposed under CLIN 0002 shall not be subject to the Service Contract Act. Professional employees are defined in 29 CFR 541. The Code of Federal Regulations is online at http://www.access.gpo.gov/nara/cfr/cfr-table-search.html. For professional employees, the following applies to each order: 10 Federal Holidays and 10 days of paid time off per year. Withholding for mandatory deductions only. Examples of mandatory deductions for professional employees include FICA, FUTA, SUTA and state and federal income tax and may vary by location. 11. INSTRUCTIONS FOR RESPONDING TO THIS RFI This is an information gathering exercise to identify potential sources and to help develop the requirements and the acquisition strategy for required services. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Format/Page Limitations: The overall total page limit for responses to this RFI is two (5) double-sided pages; or a total of ten (10) single-sided pages. Responses should be submitted in Microsoft Word or PDF format. Responses should be complete and sufficiently detailed. Please do not submit marketing material. Responses should include the following information: A - GENERAL INFORMATION (1 Page) A1. Company Name/Address/Contact Information and DUNS number; A2. Business size/classification; and A3. Identify any GSA schedules or other existing contract vehicles your firm holds that supports the work described in this RFI. B - CAPABILITY AND EXPERIENCE INFORMATION (7 Pages) B1. Describe your firm's past performance experience and qualifications, for a minimum of three contracts of a similar scale that are less than three years old and that involve use of capabilities and activities relevant to those necessary for meeting the Centers of Excellence requirements and tasks specified herein, including contract number, customer name and address, and brief synopsis of work performed. B2. Describe your firm's overall approach and ability to meet the requirements and tasks specified herein. B3. Provide examples of your firm's experience in vetting and engaging IT professionals in similar projects. C - COMMENTS AND FEEDBACK (2 Pages) C1. Identify small business contracting and subcontracting opportunities. C2. Based on your review of this RFI, please provide estimated cost of requested services as described, type of contract you would recommend and why. C3. Provide comments/suggestions and/or insights you may want the government to consider. RESPONSES TO THIS RFI SHOULD BE EMAILED DIRECTLY TO THE CONTRACTING OFFICER @ ALBERTO.MUNOZ@GSA.GOV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5001e601c40c27f6feb1c24729c20bac)
- Record
- SN04719193-W 20171022/171020231023-5001e601c40c27f6feb1c24729c20bac (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 |