SOURCES SOUGHT
R -- Oversight and analysis of Form 5500 Series data processing - DRAFT SOW
- Notice Date
- 1/19/2011
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL111RI21199
- Point of Contact
- Sheila J. Thompson, , Tova L Stein,
- E-Mail Address
-
thompson.sheila@dol.gov, stein.tova@dol.gov
(thompson.sheila@dol.gov, stein.tova@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform professional technical services to monitor, evaluate and oversee its on-going private-sector ERISA Filing Acceptance System 2 (EFAST2) vendor in the processing, data distribution and archiving of Form 5500 Series employee benefit plan filings, and related EBSA systems. The EFAST2 system was developed to support EBSA and its partnering agencies (the Internal Revenue Service/IRS, and the Pension Benefit Guarantee Corporation/PBGC) in their statutory and regulatory requirements under the Employee Retirement Income Security Act of 1974 (ERISA) and the Pension Protection Act of 2006. T he North American Industry Classification System (NAICS) code for this request is 541, Professional, Scientific, and Technical Services / 541611 for Administrative Management and General Management Consulting services. The small business size is $7 million. The five major components of this effort are: 1) Experience verifying and validating large-scale, e-Government forms processing systems; 2) Experience developing, maintaining, and modifying data element and interface requirements for e-Government forms processing systems; 3) Experience conducting black box functional system acceptance testing; 4) Experience developing technical requirements and cost estimates for e-Government systems; and, 5 ) Experience with providing contract, procurement and administrative support for Government information system initiatives. The Contractor shall provide expert oversight and analysis of Form 5500 Series data processing for the purpose of maintaining and increasing the overall responsiveness, accuracy, and effectiveness of the system and all related program and administrative functions. THIS IS NOT A REQUEST FOR PROPOSALS. All interested parties who believe they meet this requirement are invited to submit in writing, with in 7 business days of the publication of this notice, information describing their ability to provided these services. Vendors interested in performing this project must submit a Statement of Qualification/Capabilities Statement which identified the vendor's experience in the performance of services similar to the one to be performed, providing the following information: (1) identify and description of previous experience by the vendor in performing work similar to the EFAST2 system, (2) identity and descriptions of previous experience by the vendor in performing work with ERISA law; (3) identify and describe previous experience by the vendor that is similar or related to those major components to be performed as described above; and (4) demonstration that the vendor has the qualifications necessary to effectively perform the proposed work. The vendor shall provide this information by furnishing synopsis of previous project (ongoing and completed within five years of the date of this request for information that are similar in magnitude and nature/scope t o the work to be performed under the proposed requirement Each synopsis shall include a. the name and address of the client for whom the work was performed ; b. the general nature and scope of work; c. the dollar value of the project; d. a description of major products or services produced that were accepted by the customer; e. the name and telephone number of two persons in the client's organization who are knowledgeable about the Vendor's performance on the project. THE STATEMENT OF QUALIFICATION MUST BE PROVIDED IN TRIPLICATE, AND TRANSMITTED UNDER A COVER LETTER. The cover letter must cite the number of these sources sought DOL111RI21199, and must state whether the respondent is a large, small, or 8(a) concern. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. Vendors are also encouraged to include their GSA Schedule contract numbers as part of this sources sought notice. This (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. A draft copy of the Statement of Work is provided for "Information Purpose Only". Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL111RI21199, and are due no later than 3:00 P.M. (EST) on February 1, 2011. Responses to this (RFI) shall not exceed 10 pages including attachments, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, the margins of each page should be at least ½ inch, and each page should contain a page number. All interested parties must submit their responses via email to Thompson.Sheila @dol.gov and/or Stein.Tova@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to solicit any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. Vendors are also encouraged to include those applicable GSA Schedule contracts which effectively demonstrate the necessary qualifications to perform the proposed work under sources sought notice. No solicitation document exists at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RI21199/listing.html)
- Place of Performance
- Address: 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02362452-W 20110121/110119234124-b143911b1ced7aa2b13a792afdd0c006 (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 |