Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2019 FBO #6550
SOURCES SOUGHT

G -- 24-Hour Personal Accident and Business Travel Accident Insurance - Draft Statement of Work

Notice Date
10/30/2019
 
Notice Type
Sources Sought
 
NAICS
524113 — Direct Life Insurance Carriers
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 400 7th Street SW, Washington, District of Columbia, 20219, United States
 
ZIP Code
20219
 
Solicitation Number
2031JWSourcesSoughtOCCTreas
 
Point of Contact
Anthony Hawkins, , Carrie Herndon,
 
E-Mail Address
Anthony.Hawkins@occ.treas.gov, Carrie.Herndon@occ.treas.gov
(Anthony.Hawkins@occ.treas.gov, Carrie.Herndon@occ.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work THIS IS A SOURCES SOUGHT NOTICE ONLY. This request is for planning purposes only; it is not a request for offers, quotes, or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award of a contract. The Government will not be responsible for any costs incurred by interested parties responding to this notice. This notice is for Market Research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the capability of potential sources. The Office of the Comptroller of the Currency anticipates establishing a contract under North American Industrial Classification System (NAICS) Code 524113 "Direct Life Insurance Carriers", with a Small Business Standard Size of $38,500,000. The Office of the Comptroller of Currency is issuing this notice in order to solicit capability statements from qualified sources to ensure sufficient competition exists to meet the Government's requirements. It is the Government's intent to use information gathered in response to this notice to assist in Market Research to determine whether to, in accordance with applicable laws, set-aside, solicit offers from all responsible sources or use GSA Federal Supply Schedule (FSS). GSA FSS holders are encouraged to submit their current GSA FSS number(s) and appropriate SIN(S). The anticipated length of performance is a twelve (12) month Base Period and Four (4) twelve (12) month one (1) year Option Periods. Background: The Office of the Comptroller of the Currency requires an experienced and qualified contactor to administer its 24-Hour Personal Accident and Business Travel Accident insurance programs for its employees. Additionally, this requirement will require the contractor to support the Office of the Comptroller of Currency's efforts to educate its employees on the benefits of Accidental Death and Dismemberment (AD&D) insurance coverage. The contractor shall at no additional cost to the Office of the Comptroller of the Currency: 1.Attend two health benefits fairs (one on-site and one virtual) that are generally held in November of every year at Office of the Comptroller of the Currency's headquarters location at 400 7th Street, SW, Washington, DC. In support of the on-site fair the Contractor shall supply handouts and giveaways and be prepared to answer employee questions concerning the 24-Hour Personal Accident Insurance program. In support of the virtual fair the Contractor shall participate in person and be prepared to answer employee phone-in questions concerning the 24-Hour Personal Accident Insurance program. 2.Provide electronic communications material regarding program information, such as conversion/portability forms, program promotional flyers and documents, that can be posted electronically on Office of the Comptroller of the Currency's intranet site. The materials must include the Office of the Comptroller of the Currency and the Contractors name or logo. 3.The Contractor will be required to annually attend a program review at the Office of the Comptroller of the Currency headquarters in Washington, DC. 4.Provide claims activity on a quarterly basis. Interested parties shall review the attached DRAFT Statement of work and provide their capability to perform the requirements. Small businesses are encouraged to respond. RESPONSE REQUESTED: This notice is a market research tool being used to determine the availability and capability of potential sources prior to determining a procurement strategy. No basis for a claim against the Government shall result from a response to this notice. If a solicitation is issued as a result of this Sources Sought, information submitted in response to this notice may be used to determine the appropriate procurement strategy. All qualified firms are encouraged to respond. Interested firms shall submit the following: 1.Name and address of company and or companies (if there is a teaming arrangement). Include; mailing address, telephone, website address (if applicable), Point of Contract name, telephone and email address of the individual(s) with authority and knowledge to clarify responses with Government representatives. a.Potential teaming arrangements - Describe whether the company intends to fulfill the subject requirement alone, or whether a teaming arrangement is anticipated (the Government recognizes that one company may not possess all of the necessary knowledge, skills, and experience needed to meet the requirements specified in the SOW. If knowledge, skills or other expertise is obtained from this type of arrangement, vendors shall describe the efficiencies gained through teaming, but members need not be identified.) b.Explain how expertise and experience gained through teaming will benefit the Government. 2.Technical Capability/Approach relevant to the requirement; 3.Relevant Past Performance. Your capability statement needs to include a list of 2-3 customers (Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: •Contract Name/Contract Number •Contracting Agency or Department, POC and Contact Information •Yearly contract value (in $) •State whether your firm was the Prime or a Subcontractor •Period of Performance •Description of work and how it relates to the requirements 4.Indicate business size, size standard, and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HubZone firm (must be certified by SBA), and/or Service Disables Veteran Owned Small Business. 5.DUNS Number, Cage Code, Tax Identification Number, and company structure (Corporation, LLC., Partnership, Joint Venture, etc.) Companies also must be registered in the System for Award Management at https://www.sam.gov/portal/SAM#1 to be considered as a potential source. Please note: VACA will make only one award from any solicitation from any solicitation resulting from this Sources Sought. Submission Instructions: Interested firms responding to this Sources Sought must provide a capability statement demonstrating their experience, skills, and capability to fulfill the Government's requirements for the above. The capability statement shall provide sufficient detail, but not exceed 5 pages, so that the Government can determine the experience and capability of your firm to perform the requirements specified in the DRAFT SOW. Please specify one primary and Point of Contact (POC) within your firm, including telephone numbers and email addresses, in case clarifications of your submission are needed. DO NOT SUBMIT RESUMES. Respondents shall submit their response via email to the Point of Contacts provided below. The page size is to print to a Standard 8.5 X 11-inch paper using Times New Roman, 11-point font, with one-inch margins using Microsoft Word. Submit only one file in PDF or Word. Do not send a separate cover letter or any other document. Please only submit one file. The response must be received no later than 11 November 2019, 12:00 PM EST. Only electronic copies of capability statements will be accepted and should be emailed to: Anthony.Hawkins@occ.treas.gov, and Carrie.Herndon@occ.treas.gov. This email shall contain the following subject line: Response to Sources Sought Notice - 24-Hour Personal Accident and Business Travel Accident Insurance. Question or answers will not be considered. NO PHONE CALL WILL BE ACCEPTED or RETURNED. The decision to proceed with the acquisition as at the sole discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/2031JWSourcesSoughtOCCTreas/listing.html)
 
Record
SN05485728-W 20191101/191030230454-455292d88418d0f33e16d7d609eada35 (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.