Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

B -- DCPAS Web Based Personality Strengths Assessments / Reports - Draft Statement of Work

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 06J25-01, Alexandria, Virginia, 22350-1300, United States
 
ZIP Code
22350-1300
 
Solicitation Number
H9821018R0026
 
Archive Date
6/1/2018
 
Point of Contact
Todd E. Davis, , Darryl D. Barnes,
 
E-Mail Address
Todd.E.Davis2.civ@mail.mil, Darryl.D.Barnes4.civ@mail.mil
(Todd.E.Davis2.civ@mail.mil, Darryl.D.Barnes4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work (SOW) SOLICITATION NUMBER: H9821018R0026 Sources Sought: Web-Based Personality Strengths Assessments / Reports The Defense Human Resources Activity is issuing this Sources Sought Notice on behalf of Defense Civilian Personnel Advisory Service (DCPAS) as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Statement of Work (SOW). The capabilities that are required will provide the Center for Talent Development (CTD) with a one-stop-shop for DoD employees to access career resources and tools to plan their professional development. While planning their career path, self-assessment tools are an integral resource to guide employees in focusing their training and professional development activities in areas that focus on their strengths and interests as well as increasing job performance and engagement - ultimately benefiting the DoD mission. This notice SHALL NOT be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 1. The proposed NAICS for this effort is 611430, Professional and Management Development Training (size standard $11 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 2. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: The DCPAS CTD will provide a one-stop-shop for DoD employees to access career resources and tools to plan their professional development. While planning their career path, self-assessment tools are an integral resource to guide employees in focusing their training and professional development activities in areas that focus on their strengths and interests as well as increasing job performance and engagement - ultimately benefiting the DoD mission. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non-Profit) 4. If applicable, GSA contract number, schedule, etc. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the attached DRAFT SOW. Critical functions to be provided include: o Provide Web-hosted, personality-based, employee strengths assessments that are self-directed and provide an employee report to employees that can be interpreted/used independently by the employee (no facilitation required) and the assessment. o Provide a cloud/web-based software platform to administer the assessments to a large number of employees, by their request, efficiently and without additional staff. This may be through an open link where large numbers of assessments can be made available and employees can independently request the assessment and receive their report without third person intervention or additional staff actions. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. The Prime Contract Type, Firm-Fixed-Price (FFP), Cost Reimbursement (CR), or Time and Material (T&M); 4. A description of each project, including challenges and successes; and 5. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATES: Questions regarding Sources Sought: The Government requests that all questions be returned by 10:00 AM EST on May 11, 2018. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contacts: Mr. Darryl Barnes, Contract Officer, Darryl.D.Barnes4.civ@mail.mil; and Mr. Todd Davis, Contract Specialist, Todd.E.Davis2.civ@mail.mil. Complete Responses: The Government requests that all responses be returned by 10:00 AM EST on May 17, 2018. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contacts: Mr. Darryl Barnes, Contract Officer, Darryl.D.Barnes4.civ@mail.mil; and Mr. Todd Davis, Contract Specialist, Todd.E.Davis2.civ@mail.mil. Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.J.Proffitt2.civ@mail.mil, phone number: 571.372.2591.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6116bf1ae45961d2b13bee2640bd5cb)
 
Place of Performance
Address: Review SOW, United States
 
Record
SN04914707-W 20180510/180508231103-c6116bf1ae45961d2b13bee2640bd5cb (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.