Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2009 FBO #2764
SOLICITATION NOTICE

R -- Casualty Actuary Services

Notice Date
6/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
ESA099E647
 
Archive Date
7/9/2009
 
Point of Contact
Lloyd S Sabino, Phone: 202-693-7163
 
E-Mail Address
sabino.lloyd@dol.gov
(sabino.lloyd@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). The solicitation document incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-25. Applicable North American Industry Classification Standard (NAICS) code is 541990, size standard of $6.5 million. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The acquisition is for Casualty Actuary Services at the US Department of Labor in Washington, DC. See Scope of Work below: DEEOICPA Actuarial Liability Estimate A.Scope of Work: Services and deliverables include and are closely related to the following: 1.Contractor shall prepare the Energy Employees Occupational Illness Compensation Program Act (EEOICPA) actuarial liability for FY 2009, to include Part B, Part E, and Department of Justice RECA Section 5, in conformance with prior year formats provided by OWCP. 2.Contractor shall work with OWCP program staff to ensure receipt of required input data and program information, including any anticipated changes. 3.Contractor shall work with OWCP program staff to ensure reasonable estimations of data; make appropriate adjustments; and obtain internal approval of the model and estimates for peer review by the financial auditors’ actuaries. 4.Contractor shall make appropriate adjustments from the peer review process and provide the final actuarial liability report in conformance with required formats to OWCP staff no later than September 11, 2009. 5.Contractor shall provide all related documentation to OWCP no later than September 22, 2009. 6.Contractor shall use procedures that are fully compliant with applicable accounting standards including but not limited to the Statement of Federal Financial Accounting Standards Number 5 (SFFAS 5). All procedures shall be documented. 7.Contractor shall provide documentation of experience and professional credentials demonstrating workers’ compensation actuarial expertise. 8.Contractor shall provide a statement of confidence about the liability estimate. 9.Contractor shall prepare and present all flowcharts and other supporting materials needed to explain the liabilities and the procedures used to compute the liability estimate to OWCP management, staff and others designated by OWCP management. B.Staffing Qualifications: Casualty Actuary with credentials from the Casualty Actuarial Society (CAS). C. Period of Performance: Period of performance is one year from date of award. D. Place of Performance: Work will be performed at contractor site. E. Government furnished information and equipment: The Government will provide soft copy of the program data, OMB economic assumptions, and information on program and data changes. The Government will provide for shipping costs related to the task. The contractor will provide the work site and all related office requirements. F. Travel The contractor will travel as required to meet with the auditor and the auditor’s peer review actuary. Prior approval from the COTR or designated OWCP program representative is required for all travel. Reimbursements for allowable travel and per diem charges are governed by P.L. 99-234 and FAR Part 31. G. Identification of Non-Disclosure Requirements: The liability model and data are the sole property of the US Department of Labor and will not be used for purposes other than those provided for in this task or authorized by the COTR. H. Security: The information is unclassified. Instructions to Offerors FOR TECHNICAL PROPOPOSAL The offeror shall include an attachment entitled “Technical Proposal,” not to exceed 10 pages (Arial, 12 point; 1-inch margins), addressing the following concerns: Technical Approach The offeror shall clearly outline its understanding and general approach to provision of services as set forth in the STATEMENT OF WORK (SOW) of this solicitation document. The offeror shall provide documentation that proposed staff are Casualty Actuaries with credentials from the Casualty Actuarial Society (CAS) Prior Experience The offeror shall clearly provide their prior experience with EEOICPA Actuarial Liability or similar model (size & complexity), projecting actuarial liability with less than 10 years of historical data, and budget modeling. FOR PAST PERFORMANCE PROPOSAL The offeror shall submit, via mail, a past performance proposal which should provide past performance references for the names and the contact information of 3-5 client organizations, preferably in the federal government or similar setting. Each reference should include the following information: *The client organization (name, telephone number, and address) *Point of contact who can verify past and/or current performance (name, telephone number, and e-mail address) *Briefly describe the contract deliverable (e.g., project xyz), contract amount and duration of the contract *Number of years doing business with the client organization The references should be limited to the client organization with whom the offeror has provided products/services within the past 5 years. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.204-8 Annual Representations and Certifications (JAN 2006) FAR 52.212-1 Instructions to Offerors—Commercial Items (JAN 2006) FAR 52.212-2 Evaluation—Commercial Items (JAN 1999) FAR 52.212-3 Offerors Representations and Certifications—Commercial Items (JUN 2006) FAR 52.212-4 Terms and Conditions Simplified Acquisition—Commercial Items (FEB 2006) FAR 52.219-1 Small Business Program Representations (MAY 2004) FAR 52.219-6 Notice Of Total Small Business Set-Aside (JUNE 2003) FAR 52.222-3 Convict Labor (JUNE 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) FAR 52.222-41 Service Contract Act (JULY 2005) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) FAR 52.225-1 Buy American Act-Supplies (JUNE 2003) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JAN 2004) FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.225-9 Buy American Act Construction Materials (JAN 2005) FAR 52.225-10 Notice of Buy American Act Requirement-Construction Materials (May 2002) FAR 52.225-11 Buy American Act Construction Materials Under Trade Agreement (JAN 2005) FAR 52.225-12 Notice of Buy American Act Requirements-Construction Materials Under Trade Agreement (JAN 2005) FAR 52.232-27 Prompt Payment for Construction Contracts (FEB 2002) Company proposals should include the solicitation number; the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3; and proposal price for line item #1 To provide all labor, material and equipment for casualty actuary services at the Department of Labor. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of proposal is 24 June 2009, at 12:00 pm (EST) to US Department of Labor, 200 Constitution, Ave NW Room S-4307, Washington, DC 20210, Attn: Lloyd Sabino; email address at sabino.lloyd@dol.gov or fax to 202.693.7163. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in FedBizOpps via an amendment(s). Contracting Office Address: US Department of Labor Office of Procurement Services 200 Constitution Ave, NW Rm S-4306 Washington, DC 20210 Place of Performance: US Department of Labor ESA 200 Constitution Ave, NW Rm S-1312 Washington, DC 20210 Primary Point of Contact.: Lloyd Sabino Contract Specialist sabino.lloyd@dol.gov Phone: 202-693-7163 Fax: 202-693-4579
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/ESA099E647/listing.html)
 
Place of Performance
Address: 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01850718-W 20090621/090619235835-16bc3e0b0a5e6b58cabc396e6cd16d91 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.