SOURCES SOUGHT
R -- OCC Retirement Seminars
- Notice Date
- 3/27/2020 2:41:46 PM
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- COMPTROLLER OF CURRENCY ACQS WASHINGTON DC 20219 USA
- ZIP Code
- 20219
- Solicitation Number
- OCCR000382900
- Response Due
- 4/3/2020 9:00:00 AM
- Archive Date
- 04/18/2020
- Point of Contact
- Nardia Collins, Phone: 202-649-8022
- E-Mail Address
-
nardia.collins@occ.treas.gov
(nardia.collins@occ.treas.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE: 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 a contract. The Government will not be responsible for any cost incurred by interested parties responding to this notice. This notice is for Market Research 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 (OCC) anticipates establishing a contract under North American Industrial Classification System (NAICS) Code NAICS 541612 Human Resources Consulting Services, and the Small Business Standard is $15 million, PSC Code R799, Other Management Support Services, for OCC Retirement Seminars. �OCC is issuing this notice 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 the 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 12 months base period + four (4) options periods. BACKGROUND: The OCC requires a responsible contractor to facilitate Federal Retirement Pre-Retirement Seminars and Federal Benefits & Financial Planning at Mid-Career Seminars. The contractor shall be able to facilitate both in person seminars and virtual seminars. The OCC anticipates approximately six (6) seminars per year for both Pre-Retirement Planning and Federal Benefits and Financial Planning at Mid-Career. The seminars shall be for a period of two (2) days focusing on key topics for Federal Retirement Pre-Retirement Seminars and Federal Benefits & Financial Planning. Interested parties please review the attached DRAFT Performance Work Statement (PWS) and provide their capability to perform the requirements. Small businesses are encouraged to respond.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 because of this Sources Sought, information submitted in response to this notice may be used to determine the appropriate procurement strategy. All qualified small business firms are encouraged to respond. Interested parties shall provide an electronic Capability Statement Requirements Response to this Sources Sought which would address the following: 1. Name and address of company and or companies (if there is a teaming arrangement.) Include; mailing address, telephone, fax number, website address (if applicable), Point of Contact Name, telephone and email address of the individual(s) authority and knowledge to clarify responses with Government representatives. A: Potential teaming arrangements-Describe whether the company intends to fulfill the subject requirement along, 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 PWS. 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 relevant to the requirement; 3:Technical approach relevant of the requirement (no more than 2-3 paragraphs). 4:Management approach relevant to the requirement (no more than 2-3 paragraphs); 5:Any Corporate experience relevant to the requirement; 6: Relevant past performance. Your capability statement needs to include a list of three 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.7:� Representative sample of labor categories and rates for providing support services using GSA Schedule and SIN number(s), current unit rates (shown current year rate). 8: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-Disabled Veteran Owned Small Business. 9: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 http://www.sam.gov/portal/SAM/#1 to be considered as a potential source. Interested firms responding to this source sought must provide a capability statement demonstrating their experience, skills, and capability to fulfill the Governments requirements for the above. The capability statement shall be in enough 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 PWS. Please specify one primary and one alternate 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 Contact provided below. *The page size is to print to a standard 8.5X11 inch paper using Times New Roman, 11-point font, with one-inch margins using Microsoft Word. *The file shall be only one, in PDF or Word, and shall be no more than five pages in its entirety. Do not send a separate cover letter or any other document, submit only one file. Your response must be received no later than Thursday April 3, 2020, 12:00 PM EST. Only electronic copies of capability statements will be accepted and should be emailed to: nardia.collins@occ.treas.gov. The email shall contain the following subject line: �OCC Retirement Seminars"". Questions will not be considered or responded too. NO PHONE CALLS WILL BE ACCPETED or RETURNED. The decision to proceed with the acquisition is at the sole discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a4bd3c0ceef4efaa43d3e7ff70c3f2b/view)
- Place of Performance
- Address: Washington, DC 20219, USA
- Zip Code: 20219
- Country: USA
- Zip Code: 20219
- Record
- SN05603102-F 20200329/200327230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |