Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOURCES SOUGHT

99 -- CIVIL SERVICE RETIREMENT SYSTEM (CSRS) AND FEDERAL EMPLOYEES RETIREMENT SYSTEM (FERS) PRE-RETIREMENT PLANNING SEMINARS FOR MSC CIVILIAN MARINERS (CIVMARs) - CONUS and OCONUS

Notice Date
6/2/2020 11:19:49 AM
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N102B-SS-RETSEM
 
Response Due
6/22/2020 11:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Chantal Cornelius
 
E-Mail Address
chantal.cornelius@navy.mil
(chantal.cornelius@navy.mil)
 
Description
Military Sealift Command (MSC) is issuing this sources sought� as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for CIVIL SERVICE RETIREMENT SYSTEM (CSRS) AND FEDERAL EMPLOYEES RETIREMENT SYSTEM (FERS) PRE-RETIREMENT PLANNING SEMINARS FOR MSC CIVILIAN MARINERS (CIVMARs). The result of this market research will contribute to determining the method of procurement. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The NAICS code for this procurement is 541612 Human Resources Consulting Services. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this sources sought is purely voluntary; the government assumes no financial responsibility for any costs incurred.� MSC is seeking sources who are capable of presenting CSRS and FERS Retirement Seminars to Civilian Mariners (CIVMARS) both in the continental United States (CONUS) and outside the continental United States (OCONUS) at various locations. The following are potential, but not all inclusive, locations: CONUS LOCATIONS: Norfolk, VA; Charleston SC; San Diego, CA; Bremerton, WA OCONUS LOCATIONS: Bahrain, Jebel Ali, Sasebo, Guam, Italy, Singapore, Philippines The place of performance will be aboard MSC ships, while underway or in port, or at a designated MSC facility on land, both CONUS and OCONUS. The Contractor is responsible to obtain any/all passport/visa required to perform the seminars.� Contracted instructors must comply with all OCONUS regulations, policies and procedures.� At times, due to unforeseen circumstances, the instructor may be required to ride with a ship to get to the next afloat destination. **The vendor MUST be able to travel to locations outside the continental United States. ** The classroom seminar shall include: ����������� Key elements of the FERS; ����������� Key elements of the CSRS; ����������� Difference between FERS and CSRS; ����������� How to compute basic FERS/CSRS retirement income; ����������� Tax issues affecting FERS/CSRS benefits; ����������� Social Security and Medicare; ����������� Thrift Savings Plan (TSP); ����������� Pending legislation that may affect FERS/CSRS benefits; ����������� Survivor benefits; ����������� Leave; ����������� Health benefits; ����������� Life insurance. The Contractor shall also conduct a minimum thirty-minute one-on-one interview with each attendee subsequent to the classroom seminar to provide retirement projections and provide assistance with forms. Qualified Instructors (QI) shall have a minimum of three (3) years� experience and comprehensive knowledge of both the CSRS and FERS federal retirement program areas to include health benefits, life insurance, thrift savings plan and CSRS-Offset.� Qualified Instructors must be a United States citizen. It is recommended the QIs have a minimum of 30 days� shipboard life experience, such as Navy or CIVMAR experience. This type of familiarity is preferred due to the possibility of needing to conduct seminars aboard ship while underway. See attached DRAFT Performance Work Statement for specifics subject to change at the Government�s discretion. Procurement history: This requirement had been fulfilled previously via contract N32205-18-D-2003.� Capabilities statements should be sent to Chantal Cornelius at chantal.cornelius@navy.mil by 22 June 2020, 2:00pm Eastern Standard Time (EST). It is requested that interested parties submit to the contracting office a brief capabilities statement demonstrating ability to provide the requested service. This document shall address, as a minimum, the following: (1) Organization Name, DUNS number, CAGE Code and a statement regarding business size status (i.e. large or small business, specific category of small business to include small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 541612 Human Resources Consulting Services (2) Telephone, Address, and Email address for the primary point of contact. (3) Brief description of your organization�s capabilities. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. If you have any questions concerning this opportunity, please contact: chantal.cornelius@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea63b15945944e33b9588fa19ef332e7/view)
 
Record
SN05678115-F 20200604/200602230214 (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 |
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.