Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2003 FBO #0467
MODIFICATION

R -- Request for Quotation for a Comprehensive Adm and Financial Services

Notice Date
12/31/2002
 
Notice Type
Modification
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OP-HRAM-AFM-01-002
 
Response Due
1/2/2003
 
Point of Contact
Gwen Ruffin, Negotiator, Phone 202-712-5666, Fax 202-216-3131,
 
E-Mail Address
gruffin@usaid.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Clarifications to M-OP-HRAM-AFM-01-002 Question 1. Would you by any chance know the expected number of Designated Contractors (DCs) that will access the web-portal or for whom payment/record services will be provided either monthly, quarterly or yearly? Answer: It is not known at this time. Question 2. Would you be recommending that the DCs use the accounting features that Contractors programs could provide through the web -portal? Answer: Yes. Question 3. If DCs should adopt #2 above who will be responsible to pay the related fees? DCs or USAID? Answer: The DCs would be responsible to do so. Question 4. When will work begin in 2003? Answer: The timeframe will depend on the completion of the evaluation process but it will be implemented expeditiously. Question 5. Is this work currently being performed by a contractor? If so Who is providing it? Answer: No, there is no incumbent nor anyone providing this service. Question 6. How many transactions are expected to be performed in a typical week or month? Answer: It is unknown at this time. It will depend on the need of USAID and the availability of the DCs. Question 7. Is the government estimate of $5M for one year or for the whole duration of the contract period 2003 to 2007? Answer: The whole contract period through 2007. Question 8. Will a more detailed RFP be issued through FedBizOpps? If so, can you tell me what the projected release date will be? Answer: No. The synopsis and solicitation were combined within this notice. Question 9. General services requested: It is unclear as to whether USAID is seeking ? a. a technology provider/integrator to aggregate and facilitate transactions between existing systems and provide appropriate portal interfaces to make accessing such information easier for the USAID CTO and DCs. Is this a portal to access many different systems? b. a technology and service provider to provide a complete turnkey system that performs such requirements natively, including building a datawarehouse/central repository of DC information with appropriate interfaces for USAID personnel and/or DCs; or c. an employment services firm to perform either of the above in addition to the provision and administration of employee benefits packages Answer: The need will be determined through the proposed methods provided by the Contractor for DC use. Question 10. SOW states The Contractor must provide USAID with invoices, payment, and online administration services for USAIDs current and anticipated future assignments. As this is a Firm Fixed Price contract, please specify what the anticipated future assignments are. Answer: The DC assignments as they are needed and any technological changes as systems are updated and developed throughout the upcoming years. Question 11. SOW states: enable DCs to register, enroll, or otherwise effect their transition through a secure web-based systems architecture (including access to W-4 forms, insurance forms, and others as designated by USAID); Is the Contractor system intended to interface with pre-existing systems such as the insurance forms? If so, please define the system and relevant interface capabilities. Answer: No. The Contractor will need to propose a way to provide this need within their proposal. Question 12. SOW states: provide DCs with the option to participate in Contractor-sponsored benefits programs; pre-tax health, dental, vision, and life insurance plans (to be designed by the Contractor as part of this engagement); What is the actual intent of USAID and their DCs for this? The employee/employer relationship required for these types of benefits does not seem feasible through to a Contractors benefit program. Please confirm that the Contractor is responsible for providing a benefits package to the DCs. Please define the baseline benefits package requirements/contents. Please define how the reimbursement of the benefits package component will occur if this is a Firm Fixed Price contract? Please define the quantity and geographical distribution of the DCs relative to these requirements. Please define how the scope of provision of the benefits package will be weighed in the contract evaluation. Answer: The Contractor again is responsible to propose a way to provide the requirements needed. The entire proposal will be evaluated based on the stated criterias within the solicitation. Question 13. SOW states: provide timely and accurate DC payment that is based on DCs time sheet and expense records approved by the CTO. USAID funding release shall be no later than 7 days from receipt of invoice submission; Please define the methods available for funds disbursement. Please confirm whether the GSA-SmartPay government-wide Purchase Card is an authorized method of payment. Answer: The Contractor will provide a method of doing so within their proposal. Question 14. SOW states: enable DCs to review the status of their accounts through the online system, or develop contingency processes that can replace any or all online activities in the event of a DCs inability to access the Internet. Is the requirement for the Contractor based on the DCs temporary inability to access the internet (i.e.: provide an IVR system as a backup) or based on a requirement that some DCs do not have internet access at all and parallel, manual systems must be deployed to support these DCs. If the latter case, then please define the scope and quantity of DCs that are in this category and define whether all services must be available or just certain core services. Answer: This need is stated within the requirement for all DC usage. It is not known who has and does not have Internet access. Question 15. SOW states: provide a monthly status report monitoring the quality assurance, configuration management, and security management through in-progress Develop contingency processes that can replace any or all online activities in the event of a DCs inability to access the Internet . What does this mean? It looks like two paragraphs combined. Please clarify. Answer: A status reporting method will be needed. If for any reason the Internet is not available, an alternative means would be used and necessary. Question 16. SOW states: Provide appropriate DC orientation and training materials, including (but not limited to): time entry instructions, expense entry instructions, benefits overviews, and instructions on receiving additional support. Please define training requirements ? online self/help, in person training - centrally or decentrally, telephonic requirements, published materials requirements, support hours, number of DCs, language or localization issues. Answer: The Contractor is responsible to provide a method within their proposal and demonstrated through past performance references. Question 17. USAID Responsibilities section is unclear. Are these data feeds to Contractor with DC information? If so, with what frequency, format, etc. Answer: Yes. The methods and use will be formulated on the basis of the proposals. Question 18. What is the start up period for the customization required for the unique administrative and financial record types to be integrated with unique USAID systems? What integration must occur and with what USAID systems? What USAID resources (personnel, third parties, etc) are supporting or involved in the project? Answer: The start-up period and other integration will be provided contingent with the proposals submitted to USAID. Question 19. Please provide a volumetric/scope profile in terms of: How many DCs will participate in this process? Are some of the DCs overseas? If so how many and where? What are the number of transactions that will go through this process? What is the dollar volume of payments expected to the DCs? Answer: It is not known at this time the volume of DCs. Your proposal should address a percentage for use of the required service. Question 20. Are there any restrictions for the RFQ submission? Answer: No. The RFQ submission should address the stated needs of the requirement. Question 21. Will there be an extension to this requirement and if not, why? Answer: No. This requirement asks that you provide a percentage based quote for services and past performance references. Based on the limited request and the immediate need of the USAID office, the time period will not be extended. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-DEC-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 10-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/AID/OP/WashingtonDC/M-OP-HRAM-AFM-01-002/listing.html)
 
Place of Performance
Address: Worldwide
 
Record
SN00276134-F 20030312/030310221153 (fbodaily.com)
 
Source
FedBizOpps.gov 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.