SOLICITATION NOTICE
R -- US FWS R7 Payroll Services
- Notice Date
- 8/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541214
— Payroll Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE 1011 E TUDOR ROAD ANCHORAGE AK 99503-6199 US
- ZIP Code
- 00000
- Solicitation Number
- 140F0718Q0054
- Response Due
- 9/5/2018
- Archive Date
- 9/20/2018
- Point of Contact
- Kuntz, Anthony
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140F0718Q0054. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-99, effective Jun 15, 2018. This requirement is set aside for small businesses. The North American Industrial Classification System (NAICS) number is 514214, Support Management Accounting and the business size standard is $20.50 Millinon. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The U.S. Fish and Wildlife Service is requesting quotes for payroll services in accordance with the following performance work statement: The U.S. Fish & Wildlife Service (Service), Marine Mammals Management Office ¿s (MMM) Regulatory Program runs two programs that monitor the subsistence harvest of polar bears, Pacific walruses, and northern sea otters in Alaska. The Marking, Tagging, and Reporting Program (MTRP) employs a network of local community taggers to affix tags to subsistence harvested marine mammals, collect biological samples, and report the information to the MMM. We pay the taggers and harvest monitors a fee for each animal they process based on the level of effort required to collect and report the information. The US FWS processes approximately a total of 400 transactions per year and each transaction varies between $10.00 - $2,500.00 for a total of about $85,000 per year. Approximately 75% of the payees are able to receive EFT payments and 25% would need a manual check sent to them. The contractor would be responsible for paying the payee for each tagging fee and requesting a reimbursement from the US FWS to include the transaction fee. The workflow for this proposed process includes the following steps: ¿Local taggers and harvest monitors (payees) complete their work and submit the certificates, data, samples, and payment invoices to MMM Regulatory Program staff. ¿MMM Regulatory Program staff receives, records, and approves the certificates, data, samples, and payment invoices. ¿MMM Regulatory Program staff electronically transmits payment invoices and payee contact information to the payment contractor. ¿The payment contractor processes the payment invoices and issues payments to payees in a timely manner. Currently, we issue payments in response to individual invoices. The contractor may continue this schedule, or we may negotiate a set periodic schedule with the contractor, e.g., weekly, bi-weekly, etc. The payment schedule will be determined during the development of the contract. ¿Access to traditional bank accounts is not readily available for approximately 25% of the payees. The payment contractor will be responsible for issuing payments in a manner suitable for payees, including options such as electronic transfers to a bank account, physical checks, or other methods. ¿The payment vendor will be responsible for collecting and maintaining necessary information from payees to make payments, track payments, and provide tax documents. ¿The payment contractor will also be responsible for providing payee customer support such as phone number, email, or social media, or all. Payees frequently call to inquire about the status and time of payment. We wish to outsource the contact and response for these inquiries to the contractor. ¿The payment contractor will maintain all necessary records and provide reports to MMM Regulatory staff. The specific information, reports, formats, and schedules will be determined during the development of the contract and in consultation MMM, Budget and Financing, and Contracting. ¿The payment contractor will submit invoices to the Service as specified in the contract for services rendered. ¿The payment contractor will provide points of contact for MMM Regulatory staff for the administration of the payments. ¿MMM Regulatory staff will be responsive to the payment contractor ¿s questions and will inform the contractor of changes to authorized payment rates. The basis for award is Best Value to the government using FAR part 13 and preference will be given to Alaska based companies. Organization to be supported: U.S. Fish and Wildlife Service, Region 7 Alaska Peninsula/Becharof National Wildlife Refuge King Salmon, AK 99613 Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 5:00 pm Eastern Time, 09/05/2018, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. It is preferable that quotes are emailed to the attention of: anthony_kuntz@fws.gov. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation. The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading or at www.fbo.gov. Click (Public Opportunities) and search by using the reference number 140F0718Q0054 to find any documents related to this requirement. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0718Q0054/listing.html)
- Record
- SN05049851-W 20180824/180822230908-c5980b49394c9faa9cf15336d13ae365 (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 |