Washington, DC Bids > Bid Detail

Office of Federal Contract Compliance Programs (OFCCP) Virtual Mentorship Program

Agency: LABOR, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159350569181186
Posted Date: Oct 21, 2022
Due Date: Oct 24, 2022
Solicitation No: 1605C5-23-N-00001
Source: https://sam.gov/opp/842aa56fae...
Follow
Office of Federal Contract Compliance Programs (OFCCP) Virtual Mentorship Program
Active
Contract Opportunity
Notice ID
1605C5-23-N-00001
Related Notice
Department/Ind. Agency
LABOR, DEPARTMENT OF
Sub-tier
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Office
DOL - CAS DIVISION 5 PROCUREMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 21, 2022 04:08 pm EDT
  • Original Response Date: Oct 24, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DB02 - IT AND TELECOM - COMPUTE SUPPORT SERVICES, NON-HPC (LABOR)
  • NAICS Code:
    • 511210 - Software Publishers
  • Place of Performance:
    Washington , DC 20210
    USA
Description

This is a Request for Information (RFI) for sources that can provide full-service mentoring software and mentoring educational services to develop and facilitate a mentorship program, the components of which, can be tailored to an agency's unique needs.



See attached documents for additional information and submission guidance.





SPECIAL NOTICE: SOURCES SOUGHT & REQUEST FOR INFORMATION (RFI). THIS IS NOT A REQUEST FOR PROPOSALS OR QUOTES. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests to include an invite to further explain/demonstrate aspects of their proposed approach. Requests for a solicitation will not receive a response. Information provided in response to this RFI is submitted voluntarily and is not being requested as part of a solicitation for actual pricing.







RFI QUESTIONNAIRE GENERAL QUESTIONS






  1. Entity description, discussion of entity capabilities, and general summary of approach to accomplishing the requirements listed in the Draft Performance Work Statement (PWS).

  2. Historical information (description and length of time providing the required services, as well as under what North American Industry Classification System (NAICS) x to the public and other federal agencies.

  3. Describe your type of business, (i.e., small, small disadvantaged, woman-owned, HUB Zone, serviced-disabled veteran-owned small business, large business, etc.), under NAICS x, which contains a size standard of y and GSA Schedules (if applicable)

  4. Does your entity possess the capabilities to provide the entire range and scope of these requirements? If not, please list which requirements your entity can provide?

  5. Describe your entity’s capability and experience providing the required services.

  6. Suggested roles and responsibilities of the entity and the Government

  7. Suggestions/recommendations to improve scope of services to provide an improved value to the Government.

  8. Potential risks that could impact the requirement, whether it is performance risk, technical risk or cost? Please be specific.

  9. Issues with scope (either expressed or implied) that may limit an entity’s ability to perform services and ultimately increase the cost to the Government.





*Note: Respondents are encouraged to include additional comments/information considered to be appropriate and useful in assisting the program office in refining the Draft PWS and in assessing potential costs and potential risk. These include the following:






  1. Based on a review of the referenced services in the Draft PWS, are there suggestions that your entity would propose in terms of providing the required services?

  2. Identify any questions or clarifications that would likely be requested from industry regarding the PWS as drafted.

  3. Please include any Terms and Conditions that may be applicable.











RESPONSES TO RFI





RFI responses shall conform to the format below and provide the following information:






  1. Cover Letter – The cover letter must include the following information:


    • Entity name

    • Entity point of contact, telephone number and email address

    • Date submitted








  1. Entities shall respond to each of the general questions.

  2. If the entity chooses not to respond to a question, indicate “no response.”

  3. Submit a capabilities package that include the above considerations that demonstrate capabilities and expertise related to the information outlined.

  4. Marketing and/or reference materials, if included, shall be placed at the end of the response, in an appendix.

  5. Responses shall not exceed 15 pages and should be submitted in Microsoft Word .doc or .docx formats, Times New Roman 11-point or 12-point font, with 1-inch margins minimum all around.





RFI SCHEDULE





Responses to the RFI shall be submitted via email to Jason Liu at liu.jason.2@dol.gov





DISCLAIMER





This RFI is issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the requirement described in the PWS. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.





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.




Attachments/Links
Contact Information
Contracting Office Address
  • RM S-4306 200 CONSTITUTION AVE NW RM S-4306
  • WASHINGTON , DC 20210
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 21, 2022 04:08 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 >