SOURCES SOUGHT
99 -- Transformation Performance Console
- Notice Date
- 8/15/2024 9:45:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- INTERNAL REVENUE SERVICE ANCHORAGE AK 99508 USA
- ZIP Code
- 99508
- Solicitation Number
- 24-025-OBSA-A-PMO
- Response Due
- 6/28/2024 9:00:00 AM
- Archive Date
- 07/13/2024
- Point of Contact
- Yvette Terrell
- E-Mail Address
-
yvette.a.terrell@irs.gov
(yvette.a.terrell@irs.gov)
- Description
- This is a Request for Information (RFI) (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. The purpose of this RFI is for the Government to obtain knowledge and information for market research and project planning purposes only. Project Description:�� The government has interest in and is seeking information regarding the capability of providing consultation on and the resulting construction of a Transformation Performance Console.� The consultant services are to provide an assessment of the TSO activities, resulting from the Inflation Reduction Act and subsequent IRS Strategic Operating Plan to identify the needs, constraints, and data required to build the console. Upon successful completion of the assessment, a console must be built utilizing an IRS-owned visualization tool (PowerBI or Tableau). The console build services must include a maintenance process and data dictionary.� The contractor should be prepared to maintain and then transition to operations. This effort supplements existing efforts to define transformation milestone and project-related progress and output measures. The effort is also intended to ensure stewardship of a $60B Inflation Reduction Act (IRA) transformation budget.� A first draft of a Statement of Objectives (SOO) is included.� 2. Requested Information:� Responses to this RFI are requested in three (3) parts as detailed below.� PART I: Company Profile (1 page limit)� Please provide the following information about your company:� Company Overview� Name of Company� Address� City, State, Zip� Point of Contact Name� Telephone Number� E-mail Address� Number of years your company has been in the management consulting or transformation services industry� Provide an overview of your company� Company size and socioeconomic status (if applicable)� Experience/Similar Project Info as related to this project (e.g., contract #, POP, brief description, agency/company supported)� PART II: Responses to Questions (10-page limit)� Describe your consulting and development approach to working with senior leadership in the public or private sector to assess programs, gather stakeholder feedback, discuss findings and results, and develop and implement solutions.� What would be the key positions/labor categories for this requirement? What would you suggest for an overall magnitude of level of effort?�� The agency�s Inflation Reduction Act (IRA) transformation budget is $60B. Describe your experience measuring outcomes and developing a visualization tool to assess and track a $60B budget or comparable. Also, what would be your overall technical recommendations in measuring those outcomes of a $60B or comparable transformation budget? *Note: If your firm�s experience is not in a close range, please explain and justify why your experience prepares you for this magnitude of a budget. Describe the organization structure you put in place to accomplish the previous project.� Describe your experience breaking down cultural data silos and finding reliable sources of internal data? Given the background and information provided in the enclosed SOO, estimate a timeline to assess available data and integration points. Also, estimate a timeline to build and release a production scale Transformation Performance Console under a suggested business intelligence tool.� The contractor will use the consultation instructions to create the Transformation Performance Console with PowerBI or Tableau:� Provide a high-level overview of the effort required to build and maintain the Transformation Performance Console after completion.� What government resources and/or expertise are needed to maintain the Transformation Performance Console after handoff?� What level of effort for transition to government maintenance? � � � �7. Describe any issues the IRS may encounter when this project is in use. � � � �8. Is there anything else the IRS needs to consider regarding the process of consultation, building,� � � � � � � � �and� maintaining the Transformation Performance Console?� � � � �9. Do you recommend a different solution to assist leadership in measuring and optimizing the� � � � � � � � � � � � �outcomes of IRS, within FISMA and/or other security regulations?�� PART III: Exhibits and Attachments (2-page limit)� Your response may include attachments. These items must be clearly marked as attachments. Please provide any additional information you believe is pertinent for our consideration.� 3. How to submit a response.� RFI Responses to this Notice shall be emailed to the attention of both individual(s) listed in this Notice on page 1.�� Page limit and formatting requirements: Responses are to be submitted in either MS Word or PDF format.� The company's standard format is acceptable, however limit of responses shall not exceed 13 pages, excluding any cover page. Responses must use 11 font size and� 8 � x 11-inch pages.� RFI Responses are to be submitted no later than June 28, 2024, 12pm EST.� Questions and comments relevant to this RFI may be provided for consideration. RFI questions must be submitted by June 17, 2024, by 12pm EST. The IRS will consolidate all questions received and provide a response on or before COB June 20, 2024. All RFI questions shall be emailed to both individual(s) listed on page 1.� *Note: The Government reserves the right to contact some, all or none of the responding vendors for further discussions regarding the RFI response. The IRS will reach out to the point of contact listed on the response should we choose to contact any vendor(s). This discussion is for clarification or for further information gathering. This exchange should not be misconstrued as the Governments interest to pursue or enter into any contractual agreement or obligation. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.*� Place of Contract Performance:� Contractor or a Third-party location.� Security Requirements: For purposes of this RFI, vendors shall comply with all IRS standard security requirements. If/when a formal solicitation is issued all required security clauses will be provided in the RFQ and shall be adhered to.�� 4. Terms and Conditions regarding this Notice:� This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.� All costs associated with responding to this Notice are solely at the responding party's expense.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� Further, responses to this notice will not be considered adequate responses to a solicitation.� � Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement.� The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice.� Responses to the notice will not be returned.� Not responding to this notice does not preclude participation in any future solicitation, if one is issued.� No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s).��� Phone calls will not be accepted or returned in response to this RFI.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/439b1726e4504179b826cefcafd58ea6/view)
- Place of Performance
- Address: Washington, DC 20224, USA
- Zip Code: 20224
- Country: USA
- Zip Code: 20224
- Record
- SN07173140-F 20240817/240815230129 (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 |