You are on page 1of 7

Opportunity Analysis

[Opportunity Title]

Opportunity Overview
Agency Department of Commerce
Department Office of the Secretary (OS), Office of the Chief
Information Officer (OCIO)
Opportunity Title TECHNOLOGY BUSINESS MANAGEMENT (TBM)
Ref# and/or Solicitation# RFP C-89258-8A – CIOSP3
Govt. Solicitation Link
Contract Vehicle CIOSP3
Opportunity Status RFP
Contract Value ($M) NA
NAICS NA
RFI/RFP Release Date 16 March
RFI/RFP Due Date 21 March 2 PM EST
Questions Due Date The due date for communications and questions concerning this TOPR is 17MARCH2022, 2:00PM Eastern Standard Time
(EST). Questions received after the cutoff date will generally not be considered. Questions should be submitted through e-
GOS.
Current Set-Aside 8(a)
FTEs 5
Contract Type FFP, T&M, LH, CFPP, etc.
Period of Performance Base plus 3 OYs
(BY + OY)
Place of Performance Contractor support shall perform at Department of Commerce, Office of the Chief Information Officer, 14th & Constitution
Ave. NW, Washington DC, 20230, the Contractor’s facility, or other location approved by the COR.
☒ Remote/telework may be authorized by the Task Manager (TM) on a case-by-case basis.
Facility Clearance Include Secret, Top Secret or Top Secret with SCI
Personnel Clearance Include different levels of clearance required
Include if some or all resources need to have clearance
Incumbent Details Working on to find out
Opportunity Analysis
[Opportunity Title]

Response
Program Background 2.1 Objective
The Contractor will provide TBM subject matter expert support to the DOC. A kickoff meeting will be hosted with the senior
management team to set priorities and begin the identified work. It was determined that the key area of focus is the
deliverance of a strategic roadmap and a communications strategy to implement TBM across the agency. A multi-year plan
has been developed, including operational milestones related to strategic goals and expected benefits. The areas covered by
this roadmap are as follows:
 Mapping to Cost Pools, IT Towers, Services and Business Units/Capabilities
 Support Implementation of TBM across DOC
 Rollout TBM tool
 Conduct a case study on ML TBM mapping
 User adoption and training plan
 Traceability of budget formulation through IT spend
 Continuous improvement planning
 Strategic Roadmap planning
Section C (Requirements)
3.0 Requirement
3.1 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials,
supervision, and other items and non-personal services necessary to perform this requirement.
3.2 The Contractor shall monitor performance in accordance with the approved Quality Control Plan (QCP). The
Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective
services. The Contractor’s QCP is the means by which they will ensure work complies with the requirements of the
task order.
3.3 The Contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks
defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel,
the Contractor shall consider the stability and continuity of the workforce are essential.

3.4 TBM for Office of the Secretary: The Contractor shall review and assess the DOC Office of the Secretary
Information Technology (IT) spend including a budget, supporting documents, Financial Management Systems,
deliverables, reports, contract and procurement data, and other outputs to perform an assessment and evaluation of
TBM readiness across the OSEC.
3.4.1 The Contractor shall participate in a kick-off meeting held within five days of contract award. The Contractor
Opportunity Analysis
[Opportunity Title]

shall explain their proven TBM methodology and approach at the kick-off meeting share a notional critical path
schedule and milestones that will be used to support TBM assessment, data analysis, reporting, and deliverables.
3.4.2 The Contractor shall develop a comprehensive Project Management (PM) Plan to effectively plan, track and establish
TBM reporting across the OSEC organization using existing resources. The TBM PM Plan shall identify milestones, deliverables,
issues, concerns, and other pertinent activities to support TBM implementation across the OSEC
3.4.3 The Contractor shall attend and participate in meetings and strategy sessions to brief status and progress,
review and track actions, and document risks. The contractor shall prepare meeting agendas prior to the meeting,
prepare presentations/reports to support engagements, and provide meeting minutes within two working days after
meetings.
3.4.4 The Contractor shall share tools, templates, formats, data capture devices, and an overall framework that will
be used to capture, review, assess, and report out OSEC IT financial data and information from the Department’s
financial system of record and other databases.
3.4.5 The Contractor shall work closely with the OCIO Capital Planning Investment Control (CPIC) team to review
CPIC TBM reports and output, assess data, address anomalies, and propose recommendations to address
deficiencies and normalize data results.
3.4.6 The Contractor shall conduct TBM analysis of OSEC IT financial information and shall help establish and
implement a bi-monthly process to review and display TBM information.
3.5 TBM Reporting Framework for DOC: The Contractor shall review and assess the DOC IT environment, including a
budget, supporting documents, Financial Management Systems, deliverables, reports, contract and procurement
data, and other outputs to perform an assessment and evaluation of TBM readiness across the Department including
all bureaus.
3.5.1 The Contractor shall work with the DOC TBM Working Group to propose a framework and process for roll-up
and reporting bureau/office TBM results into a comprehensive TBM Report.
3.5.2 The Contractor shall develop a comprehensive Project Management (PM) Plan to effectively plan, track and
establish an approach for standard TBM reporting across the Department. The DOC-wide TBM PM Plan shall identify
milestones, deliverables, issues, concerns, and other pertinent activities to support TBM implementation across the
organization.
3.5.3 The Contractor shall lead the DOC TBM Working Group meetings and strategy sessions to brief status, progress,
review and track actions, and document risks. The contractor shall prepare meeting agendas prior to the meeting,
prepare presentations/reports to support meetings, and provide meeting minutes within two working days after
meetings.
3.5.4 The Contractor shall create and share tools, templates, formats, data capture devices, an overall framework that can be
used to capture, review, assess, report out and display the consolidated DOC-wide IT financial data and information.
3.6 TBM Project Management Office (PMO): The Contractor shall help DOC OCIO plan, staff, and support a DOC TBM
PMO to support activities in Tasks 3.1 and 3.2. The PMO shall serve as the DOC office to plan TBM activities, train
bureaus and offices, and serve as a center of excellence.
3.6 The Contractor personnel assigned to this task will be considered as key personnel. The Contractor shall assign
and identify the key personnel for the duration of the period of performance and provide resumes for these
personnel. The Contractor agrees that such personnel shall not be removed, diverted, or replaced from work without
Opportunity Analysis
[Opportunity Title]

the approval of the CO, COR, and or the Government Task Lead.
A requirement of this task order is to maintain the stability of personnel proposed to provide quality service and meet
mission objectives. The contractor agrees to assign only personnel whose submitted and approved resume.
Section L (Instructions) In response to this Task Order Proposal Request (TOPR), the Offeror shall prepare a detailed proposal for meeting all stated
requirements and comply with the following limitations and characteristics:
• Do not include marketing materials
• Margins (Top, Bottom, Right and Left) no smaller than 1" (headers and footers are allowed in the margins)
• Submission shall be provided in electronic format
• Arial size 11 font or Times New Roman 12 font shall be used
• Offers shall be submitted in a format readable by Microsoft (MS) Word 2007, MS Excel 2007, or in text searchable PDF
format, as applicable.
• Proposals shall subdivided into separate electronic files as follows: Section 1 Technical Proposal and Section 2 Section Price
Proposal. The Technical Proposal shall be limited to a total of ten (10) pages. There is no page limitation on the Price Proposal.
3.0 Proposal Organization
Proposal materials will be organized as follows: Section 1 Technical Proposal and Section 2 Price Proposal. All Sections are to
be clearly separated from the other (i.e, separate electronic files, page break, blank page divider, etc.). Each Offeror shall
provide all price information only in the Price Proposal. The Technical Proposal shall not contain any price information.
To be acceptable, the proposal must meet all of the requirements set forth in the Statement of Work Statement (SOW) and
solicitation.
Submit two electronic files – 1 with the technical proposal and the second with the price proposal.
3.1 Section 1 Technical Proposal
This volume addresses the technical aspects of the requirement. It shall indicate the firm’s capabilities and the means used to
satisfy the requirements stated in the attached Statement of Work (SOW). The Offeror is encouraged to propose any
innovative solutions that meet the performance requirements for this procurement.
The Offeror shall describe and provide the following:
(i) provide information on how the project is to be organized, staffed, and managed that demonstrates the offeror's
understanding and effective enhancement of TBM processes, analysis, and reporting within DOC
(ii) address qualifications for personnel assigned to the project including the key personnel of Program Manager, Financial
Analyst, Data Analyst, SME I, and System Integrator additionally, resumes shall be provided for proposed key personnel;
(iii) address offeror experience and knowledge in the functional specifications for similar systems as described in the SOW.
The Technical Proposal shall fully discuss how the contract requirements will be met and the means used to accomplish them.
Merely repeating the contract requirements and stating that they will be accomplished, without discussing how the offeror
will accomplish them, is not acceptable.
3.2 Section 3 Price Proposal
Opportunity Analysis
[Opportunity Title]

This volume consists of the pricing and business terms associated with the offer to enter into a contract to perform the
desired work. It includes a completed Pricing Schedule Template (Attachment 2). It also includes all solicitation amendments
acknowledged in accordance with the solicitation and any other required administrative information. The offeror shall submit
sufficiently detailed information in the price proposal to permit the Contracting Officer and authorized representatives to
evaluate the offer for fairness and reasonability.

Section M (Evaluation) The Government will issue a Labor-hour price task order resulting from this RFP to the
responsible offeror whose proposal results in the best value to the Government, considering
both price and technical factors.
A trade-off process will be used in determining best value. Non-price factors are approximately equal in importance and when
combined, the non-price factors are approximately equal to price.
In determining which proposal provides best value to the Government, an integrated evaluation and assessment of offers will
be conducted. The evaluation will consist of two factors; Technical and Price. In the event of essential equality in the total
non-price factor evaluation between one or more offerors price may become more important.
Based upon the results of the integrated assessment of the price and non-price factors, the Government may make an award
to other than the lowest-priced offeror or the offeror with the highest technical score if the source selection official
determines that to do so would result in the best value to the Government.
The following factors will be used to evaluate proposals.
4.1 Technical
The Offeror’s approach to performing the requirements and its capability to successfully perform the contract will be
evaluated. The Offer will be evaluated based on the extent to which it demonstrates an understanding of and the capacity to
fulfill the requirements including the following elements:
(i) organization, staffing and management capability that demonstrates the offeror's understanding and effective
management of important events or tasks
(iv) qualifications for personnel assigned to the project including the key personnel Program Manager, Financial Analyst, Data
Analyst, SME I, and System Integrator;
(ii) offeror experience and knowledge in the functional specifications for similar systems as described in the SOW.
4.2 Price
Proposed prices will be evaluated but not scored. The price evaluation will determine whether the proposed prices are
complete and reasonable in relation to the solicitation requirements and market rates. Proposed prices must be entirely
compatible with the technical proposal and consistent with the pricing requirements listed in this solicitation. The offeror’s
price as derived from the Price Schedule Template will be the total evaluated price for purposes of the source selection
tradeoff analysis and best value determination. Please be sure to identify the NCAF as a separate CLIN in the price proposal or
add a NCAF CLIN @.55% to the pricing schedule.
Key Personnel / Resumes Resumes required for key personnel
Opportunity Analysis
[Opportunity Title]

Past Performances We have to narrate our PP for a similar requirement.


PPQs Requirements No
CPARS Requirements No
Other notes This is a non-personal services task order. The Government will not exercise any supervision or control over the task order
service providers performing the services herein. Such task order service providers shall be accountable solely to the
Contractor who, in turn is responsible to the Government as defined in this Statement of Work (SOW). The Contractor shall
perform to the standards in this task order.
Labor Categories or FTEs Labor Category FTEs
Note: For IDIQs or BPAs or GWACs, the TBM Program Manager One each
FTEs would be Unknown – you can
TBM Financial Analyst
leave blank
TBM Data Analyst
Subject Matter Expert i
System Integrator

Orals or Technical demo No


Analysis and Recommendation
Recommendation If we can show PP and get resumes, then we can move forward
Rationale Small project on TECHNOLOGY BUSINESS MANAGEMENT (TBM). Only 5 FTES. NO PPQ or PPI or CPARS
Gaps in our capabilities Do we have PP ?
Contracting Officer Contract Specialist: Kamryn Evans
443-859-1571
kevans@doc.gov
Contracting Officer: Christopher Wallis
202-482-2810
cwallis@doc.gov
Action Items
Sending Questions to CO Pending
Opportunity Analysis
[Opportunity Title]

Sending email to potential teaming NA


partners
Prepare Job Descriptions and send it Halfway through. Have to work on JD.
to recruiters using Job Description
template
Identify and reach out to incumbent
staff

You might also like