SOLICITATION NOTICE
R -- Retirement Calculation Counseling Services
- Notice Date
- 2/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541612
— Human Resources 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
- TOTS11C0108
- Archive Date
- 2/25/2011
- 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
- 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 TOTS11C0108; this solicitation is issued as a request for quotation (RFQ). The RFQ incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This procurement is set-aside for small businesses, and the associated NAICS code and small business size standard are 541612 and $7 million, respectively. The Office of Thrift Supervision (OTS) has a requirement for retirement calculation services. The Contractor shall provide the following: I. Background The Office of Thrift Supervision (OTS), a bureau of the Department of Treasury, 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. II. Scope of Work OTS is seeking an experienced and qualified contractor that will independently provide support services to satisfy the overall operational objectives of the organization. The primary objective is to provide contract services and deliverables through performance of Project Support. III. Requirements for Performance The contractor shall provide: • Advice to employees covering the Federal Employees Retirement System (FERS), Civil Service Retirement System (CSRS), and CSRS Offset provisions under law. • Guidance on the rules and regulations that cover the Social Security Administration Act. • Calculations to employees on future annuities and brief employees on other financial benefits • Counseling to employees on the impact of making or not making redeposit and/or deposits to the Civil Service Retirement Fund and the Federal Employee's Retirement System. • Processed employees' applications for retirements through the National Finance Center (NFC) to the Office of Personnel Management (OPM). • Final, processed retirements, deposit and redeposit applications by coordinating with OPM. IV. Deliverables The Contractor shall provide: • Advice given to OTS employees that is accurate and in accordance to law and OTS specifications. • Advice and guidance in accordance with the Social Security Administration Act. • Calculations on employee annuity estimates that are accurate. • Civil Service Retirement Fund/Federal Employees Retirement Fund deposit/redeposit calculations for OTS employees that are accurate so that advice given will be correct and beneficial. • Employee applications for retirement that are accurate and timely through the NFC to OPM. • Final processing of retirements that is coordinated with OPM. V. Other Requirements and Pertinent Information • The place of performance is the Office of Thrift Supervision located at 1700 G Street, NW; Washington, DC 20552. • OTS will provide the contractor's employee a work station computer. • OTS will provide the contractor's employee access to Government computer network for data entry, access to the NFC Network Services and retirement regulations and manuals will be provided. V. Pricing OTS estimates that approximately 100 employees may request the above described services. Offerors shall provide a firm-fixed-price per employee for an estimated 100 employees. 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 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: February 28, 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 February 14, 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 small business concerns are invited to respond and will be considered for award. All questions must be submitted electronically via email to Andre Adams at andre.adams@ots.treas.gov no later than 12:00 p.m. Eastern Time on February 7, 2011. Quotations must be submitted electronically via email to Andre Adams at andre.adams@ots.treas.gov in an electronic format no later than 12:00 p.m. Eastern Time on February 10, 2011. All questions and quotations must show the solicitation number "TOTS11C0108" in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OTS/PASDC/TOTS11C0108/listing.html)
- Place of Performance
- Address: Office of Thrift Supervision, 1700 G Street, NW, Washington, District of Columbia, 20552, United States
- Zip Code: 20552
- Zip Code: 20552
- Record
- SN02372087-W 20110205/110203234052-26b1e1320905f733eeec386c9fed0a64 (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 |