HRS Integration Support

expired opportunity(Expired)
From: Federal Government(Federal)
ID05180049

Basic Details

started - 13 Aug, 2018 (about 5 years ago)

Start Date

13 Aug, 2018 (about 5 years ago)
due - 17 Aug, 2018 (about 5 years ago)

Due Date

17 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
ID05180049

Identifier

ID05180049
General Services Administration

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20141)FEDERAL ACQUISITION SERVICE (3951)GSA FAS AAS REGION 5 (90)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - NO AWARD WILL BE MADE FROM THIS NOTICE The General Services Administration, Region 5 FAS, has received a request from the GSA Task Force supporting GSA's Reform Efforts (the "Task Force") to seek sources capable of meeting the objectives set forth in the attached work description. The Government is seeking a vendor who is able to perform services in support of the GSA initiative to integrate elements of OPM's HR Solutions (HRS), Retirement Services and Healthcare and Insurance organization into GSA (referred to below as "OPM/HRS Integration Support Services"). The primary objective of this notice is to obtain information that will help the Government finalize its procurement strategy.   This NOTICE is published to determine the interest and capabilities of potential offerors. It is the Government's intention to award fixed priced and/or labor hour type contract or task order for these services.  The Government contemplates
the contract or task order having a period of performance of a twelve month base period and two twelve month option periods.   Release of a solicitation is tentatively planned in the fourth quarter of calendar year 2018.   This notice is for information and planning purposes only and does not constitute a solicitation for bids, quotes or proposals.  This notice does not obligate the Government to solicit for this requirement or award a contract and does not obligate the Government to reimburse interested parties for any costs incurred to prepare or provide a response to this request for information.  RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a quote/proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request -1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative.4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business.5. Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract (GWAC) held by your company. 6. A list of any current or past projects similar in nature to this requirement that you have executed.7. A list of any questions you would be likely to ask if the requirements below were included, as is, as part of the final solicitation.  Please address your response to Mr. Nathan Jackson, Contracting Officer, at email address nathan.jackson@gsa.gov on or before 17 August, 2018.  Responses by phone will not be accepted. PROCUREMENT INFORMATIONSOLICITATION NUMBER:  ID05180049NAICS CODE: 541611 - Administrative Management and General Management Consulting ServicesSET-ASIDE: Not yet determined ANTICIPATED PERFORMANCE DATE(S): 30 September, 2018 through 30 September, 2021ANTICIPATED PLACE(S) OF PERFORMANCE: Performance will take place primarily at 1800F Street NW, Washington DC 20405.DESCRIPTION OF REQUIREMENTS: See below. OPM/HRS Integration Support Services1. Description. This Advisory Multi-Step related to the Request for Proposal, ID05180049, is issued under the authority of FAR 15.202, Advisory Multi-Step Process.2. Introduction. The GSA Task Force supporting GSA's Reform Efforts (the "Task Force") seeks sources capable of meeting the objectives set forth in the attached work description.  The Government is seeking a vendor who is able to perform services in support of the GSA initiative to integrate elements of OPM's HR Solutions (HRS), Retirement Services and Healthcare and Insurance organization into GSA (referred to below as "OPM/HRS Integration Support Services"). 3.BackgroundIn June 2018, the White House released a plan to reorganize and reshape the federal government.  "Delivering Government Solutions in the 21st Century; Reform Plan and Reorganization Recommendations."  As stated in the Plan, the "report outlines the Administration's analysis and recommendations for structural realignment of the Executive Branch to better serve the mission, service, and stewardship needs of the American people." The Report outlines a proposal to reorganize the US Office of Personnel Management which includes moving human resource policy functions to the Executive Office of the President and moving OPM's service delivery functions to the General Services Administration (GSA) to create a new Government Services Agency.  The plan identifies several service delivery functions that could become part of the Government Services Agency including services currently performed by OPM's Office of HR Solutions (HRS), Retirement Services and Healthcare and Insurance. According to the Report, "Centralizing human resources operational functions in a single entity within the newly renamed Government Services Agency would integrate the transactional and employee-centric, service-based functions currently performed by OPM with existing GSA operations, including Federal employee payroll and travel. With end-to-end services around the Federal employee lifecycle maintained in one place, considerable operational efficiencies should be attained." To support the integration of functions across the two agencies with a target completion of 2020, GSA and OPM have created a task force to lead the analysis, impact and implementation planning, and execution of the proposed agency reform efforts with OPM. This effort will initially focus on the transition of the OPM HRS organization. HRS currently comprises a 462-person organization within OPM. It is anticipated that an initial transition and rebadging of employees, to get to a state that is being referred to as "Operations Day 1," should be completed by the end of Q2, FY2019 (March 30, 2019). Additional actions to optimize the performance of HRS as a GSA entity and service offering may be planned concurrently with initial transition planning and execution, and executed subsequent to "Operations Day 1." Further actions and strategies to improve, optimize, or otherwise transform the way HRS services are delivered may be planned and executed subsequent to any initial optimization activities. Contractor support for this effort is envisioned as an extension of the GSA/OPM task force, to support the transition and transformation activities described in further detail below. The scope of this initial effort includes:  (1) Supporting the planning and execution of the initial transition of the HRS organization and personnel into GSA; (2) Optimizing services and costs, improving alignment with GSA offices and functions, and identifying opportunities to reduce duplication/overlap; and (3) Identifying further opportunities to transform the delivery of services that today comprise HRS and other, related services currently offered today by OPM and GSA. 4. Scope and Objectives.The contractor shall provide strategic planning, consulting, and program management support services to assist GSA in identifying and implementing activities to transition and integrate OPM's HRS organization and offerings (and possibly additional functions) into GSA. The contractor is responsible for identifying both specific, immediately implementable and longer-term, more strategic steps to create a sustainable organization, reduce complexity, and improve the delivery of services to clients and the organization's ability to work with stakeholders both internal and external to government. All work to achieve these objective should take into account, among other things, the framework GAO has proposed for evaluating agency reform efforts (see GAO-18-427).Specifically, the scope of the contractor's work includes achieving the following objectives: Objective 1: Planning and Execution of the Initial Transition This objective involves enabling the initial transition of the HRS organization into GSA and getting to an initial state of operation by the end of Q2 FY2019. This includes accomplishing things such as:  •●       Supporting and executing an established governance model to effectively manage overall project management, governance, strategic direction, and communication strategy•●       Identifying initial lines of reporting, organizational alignment, and funding strategies•●       Documenting the legal, regulatory, union, and policy impacts of the affected workforce•●       Rebadging current OPM employees as they transition to GSA•●       Creating a detailed employee personnel roster and transition readiness plan and baseline employee viewpoint survey scores (leveraging GAO's six drivers of employee engagement)•●       Documenting OPM's affected contract portfolio and contractor workforce•●       Developing a strategic communication plan that addresses intra-agency, inter-agency, Congressional, GAO, OMB, and other external stakeholders, and includes responding to inquiries from same•●       Identifying and making required systems changes that enable HRS employees and offerings to coexist and/or integrate with existing GSA financial, HR, and administrative systems and processes Objective 2: Planning for the Optimization of HRS Services within the GSA Business Model This objective involves identifying and planning for changes to GSA's organization, processes, and systems, beyond those required to complete the initial transition, to optimize the alignment and performance of HRS's offerings and value proposition as a part of the GSA business. Activities conducted as part of achieving this objective may include things such as: •●       Articulating a vision and value proposition for the integrated organization•●       Completing a baseline assessment of the current organizations to include•o   Assessing current organizational structure, talent, funding, and other factors•o   Identifying gaps relevant to the new strategic objectives and value proposition•o   Assessing current state of rate setting and overhead allocation processes to establish full cost of existing products and services•o   Assessing cost recovery model(s) of HRS services and recommendations for changes to ensure full cost recovery at GSA based on costs for GSA to operate HRS functions•●       Identifying and analyzing opportunities and alternatives in a manner that would include:•o   Projected outcomes and benefits, including opportunities to reduce duplication and costs as well as opportunities to improve and/or transform delivery of governmentwide HR solutions;•o   Impact assessments (cultural, human capital, IT, policy, authorities, financial, operational, space, etc) addressing the alignment of OPM operational services and people to GSA; •o   Determining proper/required levels of resourcing for both direct and supporting functions to execute the services moving to GSA;•o   Identifying required systems changes that enable HRS employees and offerings to coexist and/or more effectively integrate with existing GSA financial, HR, and administrative systems and processes•o   Associated implications and impacts to cost recovery models and/or fee structures;•o   A recommendation among alternatives, if appropriate, or a recommended prioritization and/or sequencing of implementation steps that optimizes the benefit/cost ratio associated with the transition.•●       Proposing a to-be Organizational Structure along with other operational changes (fee structures, etc.) needed in order to implement•●       Developing a go-forward Plan to include•o   Roadmap•o   Implementation Plan•o   Stakeholder Engagement and Communications Plan•o   Integration Model / Transition Plan•o   Preliminary Risk Mgmt Plan Objective 3: Execution of Activities to Optimize HRS Services within the GSA Business Model This objective involves implementing the plans identified and agreed upon through Objective 2. Activities conducted as part of achieving this objective may include things such as: •●       Executing the previously developed plans, managing dependencies and risks to optimize combined structure while reducing mission risk•●       Ensuring alignment of GSA and OPM senior leaders through a steering committee framework•●       Continuously identifying capability gaps, redundancies and opportunities for cost efficiencies•●       Ensuring continuous employee engagement prioritizing change management efforts across those affected and relevant labor agreements•●       Ensuring and reporting on compliance with any relevant laws, regulations, and policies such as the FY2020 (and beyond) budget cycles•●       Developing, negotiating and executing necessary Transition Service Agreements required between GSA and OPM•●       Enhancing financial and cost reporting capabilities that enable improved management of the merged organization  Objective 4: Service Delivery Transformation This objective involves identifying and making more significant, longer-term changes to GSA's organization, processes, and systems. This may include developing and executing action plans to take advantage of strategic opportunities that are revealed but cannot be practically implemented as part of achieving Objective 2, such as: •●       Defining a continuous improvement framework that examines and recommends improvements in the merged entity operations•●       Identifying service delivery transformation opportunities•●       Establishing customer engagement and/or growth strategies for the merged organization•●       Designing a program for aligning long-term organizational culture•●       Establishing a career development plan for the merged organization employees Objective 5: Development of a Playbook for Future Services Mergers and Transitions This objective involves identifying and documenting methodologies, activities, and costs associated with the HRS transition that can be reused in the future to help GSA and other agencies plan for mergers and transitions of shared services operations. This may include activities such as: •●       Identifying and assessing lessons learned throughout the HRS integration effort.•●       Assessing the cost and building a repeatable process for federal "mergers and acquisitions" that involve transitioning services and functions to new service providers and shutting down legacy operations.•●       Construction of a model for assessing the costs and benefits of similarly-proposed M&A opportunities throughout the federal government 5. Advisory Multi-Step. The Advisory Multi-Step process is conducted to allow potential prime contractors to submit qualifying documentation demonstrating corporate qualifications that will allow the government to advise them about their potential to be viable competitors for the  OPM/HRS Integration Support Services task. This Advisory Multi-Step process asks potential interested offerors to submit limited information that focuses on the offeror's (1) corporate capability and (2) experience. Participation in the Advisory Multi-Step process is voluntary and is not a prerequisite for participation in the resultant acquisition.The Government will assess all responses in accordance with the following criteria and advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor (including a general basis for that opinion). Notwithstanding the advice provided by the Government, offerors identified as unlikely to be viable competitors as prime contractors may still participate in the resultant acquisition. The Advisory Multi-Step process is entirely independent of the source selection process for the OPM/HRS Integration Support Services awardee. While the outcome of the Advisory Multi-Step process does not preclude any interested offeror from submitting a proposal under the OPM/HRS Integration Support Services solicitation, offerors who are determined to not be viable are suggested to consider teaming or subcontracting with another viable offeror.6. Submission Instructions.6.1 Format for Submissions. The OPM/HRS Integration Support Services Assessment Package shall be completed only by a Contractor or the Prime Contractor ("Prime" as referenced in the FAR means an arrangement in which 1) A contractor agrees with one or more other companies to have them act as its subcontractors under a specified Government contract or acquisition program, or 2) Two or more companies form a relationship where one company acts as a lead contractor), both hereafter referred to as "Potential Offeror," and may include relevant corporate capabilities and experience from team members. Potential prime contractors are requested to provide the information outlined below. Information beyond that requested or beyond page limitations set forth is neither desired, nor will it be considered in the assessment. 6.1.1 Pages shall be formatted in a standard page style as follows. A page is defined as one side of an 8 1/2" x 11", with at least 1-inch margins on all sides, using not smaller than 12 point (non-compressed) Calibri font. Smaller font sizes (no less than 8 point Calibri) are acceptable for notional graphics such as computer screen mock-ups or form/report print-outs. Foldouts count as an equivalent number of 8 1/2" x 11" pages. For example, an 11" x 17" foldout will be counted as two pages. The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used.6.1.2 Potential Offerors shall arrange their OPM/HRS Integration Support Services Assessment Package into the sections as set forth below. The Table of Contents and Table of Acronyms (or a Glossary of Abbreviations) are excluded from the page counts and will not be assessed. Information shall not be incorporated by reference. All pages shall be numbered sequentially with Arabic numerals.6.1.3 Format6.1.3.1 A cover sheet shall be included in the OPM/HRS Integration Support Services Assessment Package, clearly marked with date of the package, title, Solicitation number, the Potential Offeror's name, and company point of contact for this assessment.6.1.3.2 Each Potential Offeror is required to submit its OPM/HRS Integration Support Services Assessment Package in an electronic format via email. Emails must be titled in the subject line with the Solicitation Number, Company Name.6.1.3.3 Electronic copies of the OPM/HRS Integration Support Services Assessment Package shall be compatible with Microsoft Office® 2013 and Microsoft Word.6.1.3.4 All sections of the OPM/HRS Integration Support Services Assessment Package should be submitted as a single electronic file. The Potential Offeror shall perform an anti-virus/anti-malware scan prior to package submission. Potential Offeror shall not embed sound or video files into the package files. Potential Offeror shall minimize the use of scanned images and keep embedded graphics as simple as possible.6.1.3.5 Page limitations are as follows: 1) Cover sheet, one page in MS Word, 2) Corporate Capabilities Statement, 5 pages in MS word, 3) Client Engagement Experience write-ups, two pages per experience write-up (no more than 5 engagements).6.1.3.6 Costly, complex presentations are neither required nor desired6.2 Content Requirements. All submissions must include the information described in sections 6.2.1 through 6.2.2. Note that content which exceeds the specified page limits may not be considered by the Government in conducting the Advisory Multi-Step viability assessment.6.2.1 Information previously submitted, if any, will not be considered unless it is resubmitted as part of the assessment; it must not be incorporated by reference. Potential Offerors shall not assume that the Assessment Team is aware of their company's abilities, corporate capabilities, plans, facilities, organization or any other pertinent fact that is important to the accomplishment of the assessment.6.2.2 Corporate Capability. A Potential Offeror's corporate capabilities and experience (including government and commercial) should indicate the relevant aspects of delivering services similar in size and scope to the required levels for this assessment.  The Potential Offeror shall provide the following information regarding their corporate capabilities and experience relevant to the objectives of this pre-solicitation.Where applicable, Potential Offerors may provide the capabilities and/or experience of their parent, partner, teaming partners, or predecessor company where the firm's qualification demonstrates that the capabilities and/or experience of the parent, partner, predecessor is relevant. If a parent, partner, teaming partners, or predecessor company is used, then the provider of the capabilities and/or experience must be explicitly identified in the Capabilities Statement and/or Client Engagement Experience Response Form. 6.2.2.1 Potential Offerors shall provide a corporate capabilities statement discussing why your company/team has the experience to provide services similar to the OPM/HRS Integration Support Services required in the Draft SOO. The corporate capabilities statement shall include a company profile of the Offeror (and its teaming partners, if applicable) including information such as company name(s), number of employees, etc. 6.2.3.2 Client engagements' similarity to the entire OPM/HRS Integration Support Services scope as defined in Section 4 above.6.2.3.3 While the primary objective of this section is to understand the Potential Offeror's and major subcontractors' experience with contracts of similar scope and size, the Government may gather additional information from other public sources for this assessment.7. Assessment of the Advisory Multi-Step Submissions. The Government will assess viability based on an assessment of the following criteria:- Corporate Capability- Experience8. Disclaimer. This notice does not constitute a solicitation. Potential offerors are solely responsible for all expenses associated with responding to this notice and will not be reimbursed the by the Government.9. Questions/comments regarding this Advisory Multi-Step notice shall cite the solicitation number and be directed to the Contracting Officer at the following email address: nathan.Jackson@gsa.gov  Questions/comments submitted to other email addresses will not be considered. Questions/comments shall provide specific references (paragraph numbers). All questions/comments shall be submitted no later than August 10, 2018, 12:00PM EST. Responses to all questions will be posted to www.FBO.gov.10. The Assessment package shall be submitted no later than 12:00PM EST, August 17, 2017, in accordance with the instructions reflected in Section 6.

1800F Street NW, Washington DC 20405 Washington, District of Columbia 20405 United StatesLocation

Place Of Performance : 1800F Street NW, Washington DC 20405

Country : United States

You may also like

ADVANCED OPERATIONS, ENGINEERING, AND ARCHITECTURAL IT SUPPORT FOR NOAA OAR ESRL

Due: 31 Mar, 2025 (in 11 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

NEW TASK ORDER FOR IT SYSTEMS ENGINEERING AND INTEGRATION SUPPORT SERVICES

Due: 24 Jun, 2024 (in 1 month)Agency: OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

541 -- Professional, Scientific, and Technical Services/541611 -- Administrative Management and General Management Consulting Services
naicsCode 541611Administrative Management and General Management Consulting Services
pscCode RElectronic Records Management Services