SOURCES SOUGHT
70 -- IT Services
- Notice Date
- 5/8/2024 6:33:52 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
- ZIP Code
- 20706
- Solicitation Number
- 2024-31-ITServices
- Response Due
- 5/31/2024 2:00:00 PM
- Archive Date
- 06/15/2024
- Point of Contact
- Tanya Outland, Phone: 2406135462
- E-Mail Address
-
Tanya.E.Outland@irs.gov
(Tanya.E.Outland@irs.gov)
- Description
- Internal Revenue Service (IRS) Enter Office Enter Project Title Request for Information (RFI) May 8, 2024 RFI Template Instructions This template has been developed to assist you in creating a Request for Information (RFI).� This template should be TAILORED to meet your specific requirements. The following guidelines are provided for using this template: Instructions appear in gray highlight User input appear in yellow highlight To finalize this document: Remove / delete all instructions boxes (tables) including this �RFI Template Instructions� box Remove all highlighting Introduction This is a Request for Information (RFI) -- hereinafter Notice. This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor a promise to issue a solicitation in the future. The purpose of this RFI is for the Government to obtain knowledge and information for project planning purposes only. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). Do Not Submit any Proposals / Offers / Quotes in response to this Notice. At a summary level, the Government has interest in and is seeking information regarding the capability of firms who can provide services pertaining to enter a one or two sentence summary of the service of interest. Request for Information Number:� enter number if applicable� Project Title / Short Description:� enter title/short description PSC or FSC Code:� Information available at� Product and Service Code Manual | Acquisition.GOV 123456 � Title NAICS Codes: Information available at North American Industry Classification System (NAICS) U.S. Census Bureau 123456 � Title Release Date:� enter planned release date Questions Due Date:� enter planned required questions date and time Estimated Date for Government to post Answers:� enter planned date and time Response Due Date:� enter planned required response date and time Please email Primary and Secondary POC to submit your RFI Questions and RFI Response. Primary Point of Contact and Contact Information: Name:� name Title:� title Email:� email Secondary Point of Contact and Contact Information: Name:� name Title:� title Email:� email Project Title Provide a brief, overview description of the requirement and any important information about the potential requirement or the contemplated acquisition. An example is included below: The IRS is looking for vendors who can provide a group of subject matter experts (SMEs) to make a detailed technical assessment of the quality of existing IRS technical tax training materials, create and deliver technical tax training and job resources, as well as serve as strategic adhoc advisors to new and existing IRS enforcement personnel (Revenue Agents and Economists) to engage more broadly and successfully in complex areas of tax enforcement (large partnerships, large corporations, high income and high wealth). Description of Contemplated Services Provide a brief, detailed description of the requirement and any important information about the potential requirement or the proposed acquisition. An example is included below: The IRS will increase enforcement activities to help ensure tax compliance of large corporations, large partnerships, and high-income and high-wealth individuals.� As part of this goal, the IRS is looking to improve the effectiveness of revenue agents and economists to review complex returns through training and SME insights to curriculum, to deliver new trainings to Economists and Revenue Agents and provide access to tax expertise to mentor and provide strategic insights into compliance campaign criteria. The contractor should be capable of providing program management support and of facilitating the integration of SMEs into IRS activities. The contractor should be capable of making a detailed technical assessment of the quality of� the IRS�s existing training materials for revenue agents and of providing recommendations for improvements.� This review should include both the content and the mode of delivery.� The contractor should be capable of creating comprehensive technical material and conduct training for IRS Revenue Agents and Economists to (1) understand the basics of financial statements, tax laws focused on economic interpretation and application of transfer pricing regulations.� (2) addressing large partnerships, s-corps, trusts, and advanced individual (high-income and high-wealth) issues. The creation of training materials could be performed at the vendor�s place of performance and training sessions could be conducted in the most cost-effective cities and locations as determined by the training coordinators. The contractor should be capable of providing a group of tax subject matter experts (SMEs) to provide strategic advice and insights to the IRS.� The contractor should demonstrate the ability to secure capable SMEs as the IRS�s needs evolves. RFI Instructions Responses to this RFI are requested in two (2) parts and must be submitted using Attachment 3 RFI Response Template. Tailor the following content to conform to the contemplated requirement. Part I Company Profile Information - IRS seeks company profile information about the firms that provide services positioned to address the requirements discussed above. Part II Capability - IRS seeks Industry responses to specific questions. Do not include any support documentation for any company other than your own.� This is an analysis of your company�s abilities. Part I: Company Profile Information Responders to this Notice must provide the following company information: Company Name and Address Company technical Point of Contact (POC) information to include name, title, telephone number, and email address. Applicable NAICS (North American Industry Classification System) Code� List active governmentwide contracts that your company has been awarded (GWACs, IDIQs, and BPAs � include applicable SIN) Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) Subcontracting / partnering / teaming possibilities. Part II: Capability Responses to this Notice must include the following: Request Structure In your estimation, is it reasonable to have these separate requests (new training, training assessment, advisory services) on a single Performance Work Statement (i.e., is it likely that your company or any company could perform well on each of them)? Pricing How would you structure the team members needed to successfully deliver on this potential requirement? What labor categories do you think are applicable to each task, and why? What level of expertise would those resources have? What hourly rates would your company charge for the different levels of expertise needed? What is a ballpark estimated price to successfully deliver these requirements? Experience / Expertise Does this request lend itself to a contractor that is a large business or small business? Does business size matter when it comes to meeting this requirement? What is your company�s prior experience with developing, assessing, and delivering complex technical tax training or providing strategic advisory in these IRS high-priority areas (large partnership structures and tax strategies, high income and high wealth tax strategies, economist transfer pricing issues)? What level of education or certification (CPA, J.D., LLM in Taxation) would your team members offer? What are the average years of experience of the team members your company would assign to this potential contract? General Please provide any additional insights that would help us craft the requirement(s) to best meet our needs to provide the contemplated services. Part III: Questions and Comments Open questions and comments relevant to this RFI should be provided for consideration.�� Please email Primary and Secondary POC to submit your Questions and Comments using Tab 3. The Government will post all Questions and Answers (Q&A) to Industry via SAM.gov | Home Other Attachments Attachment 1 � Digital Assets Initiative Draft PWS - updated 2.26.2024 Attachment 2 � Digital Assets Initiative RFI Response Template � updated 2.26.2024 Terms and Conditions Regarding this Notice Terms and Conditions regarding this Notice This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.� All costs associated with responding to this Notice are solely at the responding party's expense.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort.� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Government Point of Entry or other similar source (e.g., GSA E-buy).� However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement.� The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice.� Responses to the notice will not be returned.� Not responding to this notice does not preclude participation in any future solicitation if one is issued. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent.� The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s).� Do Not Submit any Proposals/Offers in response to this Notice. Thank you for your response to this Request for Information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b0a8a1ffb632467cad806b72875aaa8a/view)
- Place of Performance
- Address: Lanham, MD 20706, USA
- Zip Code: 20706
- Country: USA
- Zip Code: 20706
- Record
- SN07057832-F 20240510/240508230051 (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 |