PRESOLICITATION NOTICE
R -- Bank Examination Services
- Notice Date
- 12/18/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
- ZIP Code
- 20219
- Solicitation Number
- CC-02-HQ-R-0015
- Response Due
- 1/18/2002
- Archive Date
- 2/2/2002
- Point of Contact
- Celeste Rueffert, Contract Team Leader, Phone 202-8744419, Fax 202-874-5625,
- E-Mail Address
-
celeste.rueffert@occ.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Office of the Comptroller of the Currency (OCC) is a bureau of the Department of the Treasury headquartered in Washington, DC with district offices and duty stations located throughout the United States. The OCC employs approximately 3,000 employees and is responsible for promoting and assuring the safety and soundness of the country?s national banking system and maintaining its competitiveness, efficiency, integrity, and stability in the financial marketplace. The OCC is seeking bank examiners with the knowledge and skills needed to perform bank supervision-related tasks. Work will be related to the bank examining function and may involve one or more of the following types of duties, or similar duties, within the national bank examination field: 1) assisting in the examination of selected banks by evaluating or verifying bank functions, condition, or performance, 2) analyzing and assessing examination reports, 3) researching the causes and potential impact of financial and non-financial events and issues, 4) researching and analyzing information on emerging and systemic risks in the financial services industry, 5) identifying specific weaknesses in bank processing and recommending corrective action where warranted, 6) preparing training material and providing training, and 7) participating in special projects. Examiners must have expertise in one or more of the following areas: 1) General Bank Examination, 2) Credit Analysis, 3) Shared National Credits (SNC), 4) Community Reinvestment Act/Consumer Compliance, 5) Bank Information Systems (BIS), and/or 6) Training. Multiple awards will be made. The primary evaluation criteria that will be used are: 1) Past Performance, 2) Examination Experience, and 3) Price. The proposed contracts will be fixed-price indefinite-delivery indefinite-quantity, task order contracts and will consist of a base period and four one year option periods. Each task order will be competed among the successful contractors. Tasks will vary in length and may be intermittent. The contractor must be able to provide services on short notice, and be willing to perform work at various locations across the country. All allowable travel expenses will be reimbursed in accordance with published Federal Travel Regulations. The contractor will be required to file applicable financial disclosure forms, a confidentiality agreement, a conflict of interest agreement and security investigation forms including fingerprint cards. Additionally, the contractor must be a U.S. citizen or permanent resident alien. This Request for Proposal (RFP) is a small business set-aside and issued using Full and Open Competition rules. SIC Code 8748 and NAICS Code 541690 are applicable; Size Standard $5,000,000. Solicitation CC-02-HQ-R-0015 is anticipated to be released by the end of January 2002. The solicitation will be released and posted on www.FedBizOpps.gov. No paper copies of the solicitation will be available. See Numbered Note 1.
- Record
- SN20011220/00007531-011219090458 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |