Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOURCES SOUGHT

99 -- Barrier Analysis

Notice Date
5/29/2024 8:13:46 AM
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
 
ZIP Code
20410
 
Solicitation Number
NPRMD715
 
Response Due
6/12/2024 2:00:00 PM
 
Archive Date
06/13/2024
 
Point of Contact
Tracy Davenport, Phone: 202-402-5086
 
E-Mail Address
Tracy.R.Davenport@hud.gov
(Tracy.R.Davenport@hud.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; Veteran and Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Department of Housing and Urban Development (HUD), ), Affirmative Employment Division (AED) is seeking contractor support to perform a systemic investigation of the Department of Housing and Urban Development�s practices, policies, and procedures in accordance with Equal Employment Opportunity Commission�s (EEOC) Management Directive 715 (MD-715), to include conducting interviews of management officials, compiling and analyzing data and records, and preparing a report of findings for approval by the Director of the Office of Departmental Equal Employment Opportunity (ODEEO).� The Department of Housing and Urban Development (HUD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Barrier Analysis. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541612, Human Resources Consulting Services. 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.� 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 program schedules; cost containment; meeting and tracking performance; hiring and retention of 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, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Background: The Director of ODEEO advises the Secretary on EEO statutory, regulatory, and policy compliance.� The EEOC�s Management Directive 715 (MD-715) provides policy guidance and standards to ensure that each agency has an effective equal employment opportunity program.� The MD-715 sets forth specific requirements and benchmarks for all covered agencies, to include the identification of barriers that impede inclusion and competition in the workplace, and detailing steps taken, and progress made in eliminating the barriers. General Description of Work: The Department of Housing and Urban Development (HUD), Affirmative Employment Division (AED) is seeking contractor support to perform a systemic investigation of the Department of Housing and Urban Development�s practices, policies, and procedures in accordance with Equal Employment Opportunity Commission�s (EEOC) Management Directive 715 (MD-715), to include conducting interviews of management officials, compiling and analyzing data and records, and preparing a report of findings for approval by the Director of the Office of Departmental Equal Employment Opportunity (ODEEO). The tasks require a set of skill categories based on the following approximate breakdown: EEOC�s Management Directive 715 (MD-715) https://www.eeoc.gov/federal-sector/management-directive/md-715-parts-through-e Contemplated performance metrics: a) Standard: Draft Project Management Plan (PMP) outlining the Contractors approach shall be delivered at the Kickoff Meeting ��� AQL: Zero Deviation b) Standard: Final Project Management Plan shall be due 7 business days after receipt of comments from the COR ��� AQL: Zero Deviation a)���� Standard: The contractor shall provide a quarterly Status Report of their investigation AQL: Zero Deviation a)���� Standard: The Contractor shall gather data, records and provide the government with a Draft Trigger Identification Report to the COR within 14 business days of the contract award. AQL: 2 additional business days b)��� Standard: The Contractor shall provide the Final Trigger identification Report to the COR within 5 business days of government feedback. AQL: 2 additional business days a)���� Standard: The Contractor shall submit a Draft Investigative Work Plan to the COR after receipt of HUD�s workforce data for approval within 10 business days of receipt of HUD�s workforce data. AQL: Zero Deviation b)��� Standard: The contractor shall submit a Final Investigative Work Plan to the COR after receipt of government approval within 10 business days. Standard: The contractor shall provide a final report that is 100% grammatically and error free. AQL 98% grammatical and error free Detailed descriptions of specific tasks are provided in Section 5, ""Specific Tasks and Deliverables of the draft Government�s Performance Work Statement (PWS) � See Attachment 1. Contemplated place of performance: The place of performance shall be at the Contractors facility. �� Contemplated period of performance: The Period of Performance shall be for one base period of 12-months and four 12-month option periods. Contemplated report requirements: Weekly and Quarterly Reports. Contemplated dollar value of the project: $450,000 to $1,000,000.00 RESPONSE INFORMATION THIS IS AN RFI ONLY to identify sources that can provide Barrier Analysis. Interested vendors are those vendors who have interest in providing a response to RFI and who can provide a vendor capability statement demonstrating a commercial solution and technical experience for this requirement, including relevant scope in terms of its size, complexity and magnitude to the tasks/activities to be performed under this requirement. All capable and available firms are encouraged to participate.�� Please be advised that generic capability statements are not sufficient for effective review of respondents� response. It must directly demonstrate the company�s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (�Limitations of Subcontracting�).� Failure to definitively address the requirement will result in a finding that respondent lacks the capability of performing the work. Responses to this notice shall be limited to ten pages, and must include: Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. Business size for NAICS 541612 (size standard $29.0 million or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). DUNS number, CAGE Code, Tax Identification Number, Unique Entity ID (UEI), and company structure (Corporation, LLC, partnership, joint venture, etc.).� Companies also must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be considered as potential sources. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. If the company has a government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm�s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information.� Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses.� However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD, OCPO may contact one or more respondents for clarifications and to enhance the Government�s understanding.� This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT A CAPABILITY STATEMENT VIA E-MAIL to Tracy.R.Davenport@hud.gov no later than Wednesday, June 12, 2024, 5:00 PM Eastern Time for consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba5bf1b939bd47f0a6e2f864bc0306a5/view)
 
Place of Performance
Address: Washington, DC 20410, USA
Zip Code: 20410
Country: USA
 
Record
SN07080245-F 20240531/240529230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.