SOLICITATION NOTICE
R -- COLLECTION-RELATED SUPPORT SERVICES
- Notice Date
- 2/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-03-H-00001
- Archive Date
- 4/15/2003
- Point of Contact
- Helen Carmona, Contract Specialist, Phone 202-283-1514, Fax 202-283-1514, - Helen Carmona, Contract Specialist, Phone 202-283-1514, Fax 202-283-1514,
- E-Mail Address
-
helen.d.carmona@irs.gov, helen.d.carmona@irs.gov
- Description
- BACKGROUND: The Internal Revenue Service (IRS) has undertaken an initiative to modernize the Filing and Payment Compliance (FPC) program. The FPC project is a joint effort between IRS and Computer Sciences Corporation (CSC, the PRIME) and is aimed at reducing the overall collection time, while improving customer and employee satisfaction. During the strategic planning effort for transition to the modernized environment, it has been observed that Modernized Systems alone may not sufficiently address the large inventory of collection work. The IRS, working together with the PRIME, decided to perform an analysis of collection contract support options. The collection third party contract support analysis involved an analysis of best practices related to receivable management and collections. At the conclusion of the analysis, the FPC project team presented its? results to IRS management along with contract support alternatives. The alternatives addressed strategies for resolving the current collection inventory and the potential for integrated and embedded third party contract support in the modernized FPC design. To enable the IRS/PRIME to perform an effective analysis of the options available, in January 2002 the IRS issued a Request for Information (RFI). The January 2002 RFI requested information to determine what skills collection contract support vendors could provide to the IRS, including: training, modeling, inventory management, human resources management, software products, and collection services. Additionally, from the information gathered, and in conjunction with a current/future state gap analysis, the IRS/PRIME sought to determine how to incorporate collection contract support vendors as an interim solution, part of the long-term strategy, or both, as appropriate. Specifically, the IRS/PRIME requested potential collection contract support vendors to provide information on a variety of issues, such as, preferred compensation methods including frequency and performance incentives. Input on specific type of receivables most favorable to the industry practices and expected recovery rates based on delinquency amount, delinquency age, prior collection efforts, etc. Interested parties provided input on a variety of security practices including personnel screening, data security, computer security and physical security capabilities. Input was received on collection contract support performance measurement criteria in a balanced-measures environment, to include business results, customer satisfaction and employee satisfaction. Input was received on the preferred technology and methodology for account information exchange between the IRS and collection contract support vendors. Additionally, the IRS sought information from the industry perspective on the impact of the Taxpayer Bill of Rights, privacy and disclosure provisions of the Internal Revenue Code and the Restructuring and Reform Act of 1998 (RRA98) on the collection contract support vendors' ability to effectively assist the IRS in its collection activities. The IRS/PRIME reviewed the written responses to the January 2002 RFI from parties demonstrating experience with projects of similar scope and magnitude, and/or parties with unique and unusual solutions to a variety of the requested data elements on which we are gathering information. As a result of this evaluation/review, 3 collection service providers were selected as Subject Matter Experts (SMEs) to partner with the IRS/PRIME to provide input to design the future IRS collection contract support model. The SMEs participated in informal meetings with the IRS/PRIME periodically over several months by providing private sector input from a collection services provider perspective as the IRS further refined the collection contract support initiative. PRESENT: As a result of this collaborative effort, the subject February 2003 draft Request for Information, TIRNO-03-H-00001, has been developed and will be issued on February 14, 2003, via the IRS Procurement webpage at www.procurement.irs.treas.gov. The February 2003 RFI will be open for comment by the business community for a minimum of 45 calendar days. After issuance of the RFI, all additional information concerning the RFI (amendments, status updates, etc) will be announced in FebBizOps and posted to the IRS Procurement website. Questions concerning the RFI shall be submitted via e-mail to: *collection.inquiries@irs.gov. In order to ensure a timely response, questions should be received by the Contracting Officer at least 15 CALENDAR days before the RFI closing date. After this date, the Government will make every effort, but cannot guarantee that submitted questions will be answered before the RFI closing date. The February RFI will be modified based on industry input and released as a Request for Quotations (RFQ) only if and when the IRS receives the required authorization from Congress to proceed with implementation of the collection contract support initiative. Additionally, as a point of information, should Congressional approval be given, the decision has been made to contract for these services through the General Services Administration (GSA) Federal Supply Schedule (FSS), Financial and Business Solutions (FABS), under Special Item Number (SIN) 520-4, Debt Collection Services. Interested firms who are not on FABS should contact Bertha L. Gelhaus (bertha.gelhaus@gsa.gov) at GSA for information about becoming qualified under SIN 520-4 and about potential workshops conducted by GSA on the subject of how to get on Schedule. Current FABS Schedule holders need to contact Ms. Gelhaus to ensure that their contracts contain a pricing structure appropriate to the type of activity we will seek and that all incidental items are included in their contracts. All potential offerors must be on the FABS schedule at the time of offer submission under the final Request for Quotations to be eligible to receive an award. No telephone inquiries will be accepted.
- Record
- SN00253041-W 20030206/030204213707 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |