MODIFICATION
R -- Statistical Sampling and Cohort Analysis
- Notice Date
- 11/10/2004
- Notice Type
- Modification
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM-RFQ-05-00003AMC
- Response Due
- 11/22/2004
- Point of Contact
- Antoinette Campbell, Contract Specialist, Phone 202/606-4806, Fax 202/606-0910, - Matthew Johnson, Contracting Specialist, Phone 202/606-1518, Fax 202/606-1464,
- E-Mail Address
-
amcampbe@opm.gov, mjohnson@opm.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The referenced combined synopsis/solicitation (OPM-RFQ-05-00003AMC)is hereby amended to address questions and answers, and to incorporate the following sections: Place of Performance, Government-Furnished Facilities and Equipment, Travel, Security, and Section 508 Compliance. QUESTIONS AND ANSWERS Q: No contractor employees shall solicit new business at OPM or its facilities while performing work under this contract.” Can you clarify this statement further? A: While working on a contract at OPM or its facilities, neither the contractor nor its employees can solicit or market for any new business. However, they are welcome to respond to any OPM solicitation. Q: For example, we currently have contracts with OPM both as a prime contractor and as a subcontractor. Would this disqualify us from bidding on this solicitation? What is the rationale for the requirement? Could certain restrictions be put in place to allow current OPM contractors to bid on this? A: No, a contractor can have one or more contracts for OPM as long as it doesn’t create an organizational conflict of interest. (OCI) (FAR 9.5). Q: Another statement in the solicitation is: “While not required, it is preferable that the contractor have a basic familiarity of federal retirement benefits administration, processes, and systems used to calculate retirement and survivor annuities.” Why is knowledge of the federal retirement program not required? It would seem that in order to examine the accuracy of retirement annuity payments, knowledge of federal retirement should be a requirement, not just preferred. A: We do not feel detailed knowledge of the Retirement Benefits Administration is a prerequisite to successfully provide the services solicited. Q: Is the referenced solicitation a small business set-aside? A: Yes Q: Is the $6 million annual sales the upper limit for such “small business”? A: The $6 million annual sales upper limit is the total dollar amount of sales over three fiscal year period (FAR 19.101 (v) (1)). Q: Is there an incumbent currently performing the work? A: Yes, This proposal was announced due to the expiration of an existing Blanket Purchase Agreement (BPA). Dr Francis Ponti held the existing BPA (BPA030200004). Q: If an incumbent does exist, what has been the level of effort expended, and what was the overall cost to the government for the work? A: CRIS was billed approx 20 hrs in each of the last two years for statistical services. Q: The draft solicitation indicates that the hours are not to exceed 60 in the base or option years. Has this work been performed expending 60 hours or less in the past? A: Yes – see response to #2. Q: Given the broad scope of the SOW and open ended nature of many of the tasks listed, would OPM be open to proposals that exceeded 60 hours? A: We believe our need for the services listed in the RFP can be met within the 60hr guideline noted within the RFP. Q: Does a database already exist from which the sample will be drawn? If so, what form is it in (e.g., flat files, MS Excel, MS Access, SAS, etc.)? A: The database is a ‘snapshot’ of the annuity roll, which our Benefits Systems Group manages. Once provided with pertinent parameters they provide CRIS/QAG will us with the sample in MS Excel format. Q: How much data preparation does OPM expect will be necessary for completion of the tasks listed? In other words, can the contractor expect to work from well structured data to perform the analysis, or should they expect a significant amount of effort to be expended on data extracts and transformations in order to perform the sampling and analysis listed in the required tasks? A: CRIS has historical records, spreadsheets and analyses providing a structured foundation for future years’ activity. We are open to, and may request variances in, the approach previously used, to improve the process—or as requirements change. Q: What limits will be placed on the “Ad Hoc analyses and requests from CRIS management”? A: CRIS expects the resource requirements for “Ad Hoc analyses and requests from CRIS management” to be within the NTE 60 hr guideline noted within the RFP. PLACE OF PERFORMANCE The principle tasks shall be performed at both the Government and contractor work sites. If directed, the Contractor will coordinate and plan specific travel subject to current U.S. travel restrictions. GOVERNMENT-FURNISHED FACILITIES AND EQUIPMENT The Government will provide adequate working space, all equipment (e.g., desk, chair, computer, printer, copier, telephone, etc.), utilities, janitorial services and expendable operating supplies for the duration of this delivery order. The contractor shall maintain the assigned space in a neat and orderly manner. Contractor shall only use government-furnished facilities and equipment to accomplish the tasks required under this order. Personal or company use of phones, utilities, computers, printers, copiers, etc., not directly related to required services is strictly prohibited. Contractor shall not remove any government-furnished equipment or supplies from the worksite without the express written permission of the Contracting Officer’s Representative or his/her designated representative. TRAVEL a. Outside the Washington, DC Metropolitan Area: Travel by air will be reimbursed at actual not to exceed coach fare. Travel subsistence reimbursement will be authorized under the rates and conditions of the Federal Travel Regulations. Per diem will be reimbursed at actual, not to exceed the per diem rates set forth in Federal Property Management Regulations (FPMR) 41 CFR Chapter 101, Chapter 7, GSA Bulletin FPMR A-40 Supplement (in effect at time of travel), or at said per diem rates regardless of actual cost, whichever is in accordance with the Contractor's standard accounting practice or disclosure statement. Travel of more than 10 hours, but less than 24 hours, when no lodging is required, per diem shall be one-half of the Meals and Incidental Expenses (M&IE) rate applicable to the location of the temporary duty assignment. If more than one temporary duty point is involved, the allowance will be one-half of the M&IE rate prescribed for the location where the majority of the time is spent performing official business. The Per Diem allowance shall not be allowed when the period of official travel is 10 hours or less during the same calendar day. Travel by privately owned vehicle will be reimbursed at the current GSA approved mileage rate. If the Contractor incurs travel costs in excess of the amount shown in each delivery order it is at its own expense. b. Inside the Washington, DC Metropolitan Area: (1) Travel will be reimbursed based on the policies stated in paragraph (a) above. (2) Normal commuting expenses are not allowed. c. Any burden added to the travel cost will be allowed only as defined in the Contractor's standard accounting practice or disclosure statement. The Contractors approved G&A can be applied to travel per their CAS Disclosure Statement. SECURITY Contractor personnel will possess all necessary clearances. The Contractor agrees to comply with the Information Technology system security and/or privacy specifications set forth in the Statement of Work, the Computer Security Act of 1987 Office of Management and Budget (OMB) circular A-130, Appendix III, “Security of Federal Automated Information Systems”. The Contractor further agrees to include this provision in any subcontract awarded pursuant to this prime contract. NOTE: OMB A-130 is accessible via web site: http://www.whitehouse.gov/omb/circulars/a130/a130.html SECTION 508 Section 508 refers to Section 508 of the Rehabilitation Act of Amendments of (Public Law 106-246). Section 508 assessments are required of all systems and are intended to ensure that Federal employees with disabilities have comparable access to and use of information and data comparable to the access provided to individuals without disabilities (unless this would pose an undo burden on the Federal Agency). The assessment is not to include physical access at any LMS-related site. The 508 assessment shall be performed by OPM. The Offeror, shall make accessible to the Government, or its designee, information systems residing on Offeror’s (or as appropriate sub-Offeror’s) facilities that support the operations and assets of the Government as part of this contract, so that the 508 assessment may be performed. All electronic and information technology (EIT) procured through this delivery order must meet the applicable accessibility standards at 29 USC 794d and 36 CFR 1194, unless an exception to this requirement exists as determined by the Government. See 29 USC 794d at http://www.section508.gov/index.cfm?Fuseaction=Content&ID=12, and 36 CFR 1194 implementation Section 508 of the Rehabilitation Act of 1973, as amended, at http://www.access-board.gov/sec508/508 standards.htm - PART 1194). NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/OPM/OCAS/CD/OPM-RFQ-05-00003AMC/listing.html)
- Place of Performance
- Address: US Office of Personnel Management 1900 E Street NW Washington, DC
- Zip Code: 20415
- Country: USA
- Zip Code: 20415
- Record
- SN00731292-F 20050108/050106213841 (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 |