Washington, DC Bids > Bid Detail

Strategic Communications Support Services

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159309571785185
Posted Date: Mar 19, 2024
Due Date: Apr 10, 2024
Source: https://sam.gov/opp/47403dd8b7...
Follow
Strategic Communications Support Services
Active
Contract Opportunity
Notice ID
2031JW24N00004
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
OFFICE OF THE COMPTROLLER OF THE CURRENCY
Office
COMPTROLLER OF CURRENCY ACQS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 19, 2024 03:02 pm EDT
  • Original Response Date: Apr 10, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R426 - SUPPORT- PROFESSIONAL: COMMUNICATIONS
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Washington , DC 20219
    USA
Description

Request for Information (RFI) OCC’s Strategic Communications Support Services



This is a request for information only.



The RFI does not constitute an Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Quotation (RFQ) and issued solely for information and planning purposes. It does not commit the OCC to issue a solicitation (RFP/RFQ) or award a contract for any supply or service whatsoever. The OCC will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the Respondents’ expense. Those who respond to this RFI should not anticipate feedback concerning its submission other than acknowledgement of receipt if the Submitter requests acknowledgement. The OCC requests that you submit any questions regarding this RFI and Draft Performance Work Statement (PWS) by March 29, 2024. If it is determined that in doing so would benefit the agency, response to the questions will be provided by April 5, 2024.



Introduction



The Office of the Comptroller of the Currency (OCC) is seeking information on strategic communication support services to assist in the develop and implementation of a comprehensive communication program for the office of Information Technology Services (ITS). This program will increase employee engagement and will include the creation of a broad range of communication products and services related to informing the agency on relevant IT messages, priority projects, and IT services. The Government is interested in learning about approaches, tools, and techniques for developing communication strategy, plans and implementation.



Background



The OCC is a non-appropriated federal financial regulatory agency responsible for regulating and supervising all national banks and federal savings associates. OCC headquarters is located within the Washington, DC metropolitan area.



OCC’s ITS, delivers a wide range of information technology (IT) services and support to the agency in areas of network and infrastructure, end user support, a help desk that operates 24 x 7 x 365 days a year, modernization of legacy applications and service delivery, IT portfolio management, data governance, customer experience, relationship management, and cybersecurity. As a trusted partner delivering solutions and services to the OCC, ITS must have a robust communications program.





Requirements Description:



OCC, ITS is seeking strategic communication support services to develop and manage a comprehensive communications program that includes the creation and execution of a communications strategy, plan, and roadmap for implementation, “a playbook,” consisting of a broad range of activities to share information, increase awareness, drive employee engagement, as well as institute an overall program governance for communication. This includes defining processes and protocols around Information Technology (IT) communications development, review, and publication/dissemination.





The Contractor will partner with the OCC IT organization’s subject matter experts and leadership to create and implement effective communications consistent with strategic goals and objectives. The strategic communications support services shall include the activities related to organizational change management associated with the specific projects, technologies, and support of the full project life cycle of high visibility projects. This includes communications related to the technologies, services, as well as day-to-day activities of an enterprise-wide communications program.





The goal is to facilitate two-way communications, fostering strategic partnerships and trust between the ITS customers and stakeholders. The OCC is looking for strategic communication services that adhere to high quality standards and best practices, as outlined in the General Services Administration’s (GSA) Digital.gov Guides and Resources. In addition, the OCC will require these services to meet security and accessibility requirements.



RFI Submission Responses:



Interested Respondents are requested to respond to this RFI electronically, that identifies the information below.



Company Background - Provide summary information including company name, Unique Entity Identification number, CAGE code, Government-wide Acquisition Contracts (e.g., GSA Multiple Award Schedules, NIH National Institutes of Health Information Technology Acquisition and Assessment Center), schedule holder number(s) (if applicable), and designated point of contact's name, title, email address and phone number.



Company Classifications – Relevant asserted North American Industry Classification System (NAICS) Code(s), and Product Service Code(s) (PSCs) (as applicable), business size, socioeconomic status,



Provide recommended NAICS Code (s)



Provide recommended PSC (s)



Solution and Service Overview –



Please provide your understanding and technical proficiency in delivering the services outlined in this Request for Information (RFI). Include your approach to accessing relevant data, technology, and tools necessary for successful delivery, as well as any anticipated challenges and how they will be addressed.



Detail your previous experience in successfully performing the services outlined in the scope section. Describe your capability to provide the services from staffing and management perspectives.



Additionally, describe your approaches to project planning, execution, monitoring, evaluation, performance metrics and Service Level Agreements. Explain the quality and financial management strategies you employ to ensure services are delivered on time, within budget, and at a high quality.



Published Catalogs and Pricing Structure – Provide published price lists or catalog(s). If applicable, provided information on volume discounts, and favored customer discounts. Provide the CLIN structure of a previous strategic communications support services effort similar in nature. Provide previous and recommended CLIN structures, including a) firm-fixed-price (FFP), b) FFP, level-of-effort (LOE), c) time and materials (T&M), d) labor-hour (LH), or e) a combined/hybrid approach. Include the breakdown of work performed/deliverables completed to hours (i.e., LOE) over the course of a 1-year effort (1-month increments). Identify whether the FFP, T&M, LH, or combined contract types remains unchanged throughout the duration of the contract.



NOTE: Currently, the Government is contemplating a Firm-Fixed Price, Labor-hour contract type.



Requirements Capability – Respondents should address details of its capability to meet the: a) technical and deliverables requirements; b) labor categories (including job duties, years of experience, qualification, certifications, and education as applicable); c) IT security compliance requirements including cybersecurity in accordance with NIST Special Publication 800-171, OCC IT security; d) Section 508 of the Rehabilitation Act of 1973. Identify any assumptions, constraints, agreements, terms, conditions, and/or exhibits the Government would need to consider when entering into an agreement (i.e., contract) for which a company cannot meet the capability requirements, and a waiver/exception is required.



Subcontracting possibilities – Respondents should identify any Small Business (SB) opportunities to allow SBs to expand its offering(s) and gain experience(s) in performing Actuarial Liabilities Valuation Services.



RFI Submission Instructions:



Responses shall be in single-spaced, Times New Roman or Arial, no less than 12-point font format, with one-inch margins all around, compatible with MS Office Word or Adobe Acrobat sent via email as courier delivery will not be accepted. Responses to the RFI shall not exceed 10 pages shall not exceed 5 MB and shall be printable on 8 ½” x 11” paper. If a Respondent elects to include pricing, it is limited to one page inclusive of a narrative. Similarly, if a Respondent elects to complete the Questions and Answers Attachment, there is no page limitation to the template provided, and should be presented with the submission. The government reserves the right to or not to answer those questions received.



Respondents shall avoid the use of excessive marketing language, submission of fancy brochures, and other unnecessary sales literature.



The email should include the following subject heading, “Response to OCC’s Strategic Communications Support Services RFI 2031JW24N00004.”



As noted above, this RFI is issued solely for information purposes, and therefore, documents received in response to this notice will not be returned, and any proprietary information contained within responses shall be clearly marked as ‘Proprietary’. All submissions in response to this RFI shall become the property of the Government. Any response submitted by Respondents to this request constitutes consent for its submission to be reviewed by OCC and its employees.



Please email your response to: Christine.Guy@occ.treas.gov by 4:00 PM Eastern Time, April 10, 2024.




Attachments/Links
Contact Information
Contracting Office Address
  • 400 7th Street SW
  • WASHINGTON , DC 20219
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 19, 2024 03:02 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >