SOLICITATION NOTICE
R -- Employee Recognition Program - Package #1
- Notice Date
- 12/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
- ZIP Code
- 20552
- Solicitation Number
- TOTS11C0104
- Archive Date
- 12/29/2010
- Point of Contact
- Andre Adams, Phone: 2029066136
- E-Mail Address
-
andre.adams@ots.treas.gov
(andre.adams@ots.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - FAR Clause 52.212-3 Offeror Representations and Certifications - Commercial Items 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is TOTS11C0104; this solicitation is issued as a request for quotation (RFQ). The RFQ incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This procurement is set-aside for small businesses, and the associated NAICS code and small business size standard are 541618 and $7 million, respectively. The Office of Thrift Supervision (OTS) has a requirement for information technology licenses. The Contractor shall provide the following: OTS, a bureau of the Department of Treasury, (OTS) is responsible for regulating the thrift industry and receives no direct appropriation from Congress. Its income is primarily derived from assessments collected from savings and loans and interest earned on the portfolio of U.S. Treasury securities. As a non-appropriated agency, OTS is statutorily exempt from a number of pay benefits programs generally applicable to Federal agencies and their employees. More specifically, OTS has independent authority to offer their own bureau sponsored benefit and pay programs (to include employee recognition programs) to its employees which are in addition to benefits and pay available in the Federal Government. OTS has approximately 1,000 employees located throughout the United States and has an office in five locations: (1) Jersey City, New Jersey; (2) Atlanta, Georgia; (3) Chicago, Illinois; (4) Dallas, Texas; and (5) San Francisco, California. Since 2007, OTS has offered the OTS Length-of-Service recognition program. The program recognizes and honors employees who have reached milestones of 5, 10, 15, 20, 25, 30, 35 and 40 years of service. Employees at the 5 and 10-year level receive a gift of appreciation with a congratulatory certificate. Employees, who meet or exceed the 15-year milestone or retire from OTS, receive a certificate of appreciation and a commemorative gift of the employee's choosing. In addition to the commemorative gift, employees who meet the 30+ milestone receive a gift appropriate to that milestone. The available gift selections vary and increase in value at the various service milestones. In addition, the recognition program also honors an employee for a birth or adoption of a child. The Contractor shall provide the following services: 1)A progressive gift selection at each of the various milestones that an employee can chose from, at the 30, 35 and 40 year milestone a gift associated with those milestones in addition to the commemorative gift; 2)A personalized letter from the OTS Director to the employee congratulating them on meeting the milestone; 3)Maintenance of an in-house database that stores the anniversary dates of each OTS employee, as well as the total years of service of the employee as of December 31 of each year, employee identification number, home address, the employee's manager as well as the employee's regional office location; 4)A systematic email to the OTS manager when an employee is meeting one of the established milestones; 5)Quarterly mailings of the appropriate employee recognition to each of the OTS locations where the employee is located; and 6)Mailing of the retirement gift as well as the new arrival gift, as needed. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Technical Proposal, not to exceed 20 pages, shall include: 1. Executive Summary to include any exceptions that your firm's proposal takes to the requirements specified in this letter and/or the attached Statement of Work (SOW); 2. Technical Approach to include the methodology your firm will take to execute the statement of work; 3. Frequency and proposed milestones to complete the required services found in the statement of work; 4. Resumes for personnel that will work under the contract; and 5. Past performance information to include the following information for no more than three contracts similar in scope and size to the attached statement of work that your firm (either as a prime or subcontractor) has performed in the last three years: a. Point of contact b. Contract numbers c. Brief write-up of the services performed Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Period of Performance: January 1, 2011 through December 31, 2011. The selected offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (including the FAR clauses cited in paragraphs (b)(20) through (26), (24), (34) and (39) of that clause) apply to this acquisition. The Contractor must be registered on the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) website no later than December 20, 2010, and may complete the annual representations and certifications on the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) website. If a Contractor has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) and submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Quotations shall be firm fixed price for the period of performance indicated above. All qualified sources are invited to respond and will be considered for award. Quotations must be received no later than 12:00 p.m. Eastern Time on December 14, 2010. All questions and quotes must be submitted electronically via email to Andre Adams at andre.adams@ots.treas.gov and must show the solicitation number "TOTS11C0104" in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OTS/PASDC/TOTS11C0104/listing.html)
- Place of Performance
- Address: 1700 G Street, NW, Washington, District of Columbia, 20552, United States
- Zip Code: 20552
- Zip Code: 20552
- Record
- SN02340251-W 20101210/101208233832-7e48f912e94a8496c4926dffec30acb5 (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 |