SOLICITATION NOTICE
R -- Pre-Retirement Planning
- Notice Date
- 2/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
- ZIP Code
- 20552
- Solicitation Number
- TOTS11C0109
- Archive Date
- 3/4/2011
- Point of Contact
- Andre Adams, Phone: 2029066136
- E-Mail Address
-
andre.adams@ots.treas.gov
(andre.adams@ots.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation number is TOTS11C0109; this solicitation is issued as a request for quotation (RFQ). The RFQ incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This procurement is set-aside for small businesses, and the associated NAICS code and small business size standard are 541612 and $7 million, respectively. The Office of Thrift Supervision (OTS) has a requirement for retirement calculation services. The Contractor shall provide the following: Background: The Office of Thrift Supervision (OTS) is a Federal regulator for the savings and loan industry. OTS staff members are located throughout the country but a large number of people are located at the OTS headquarters in Washington, DC. Due to the recent passage of legislation, effective July 21, 2011, the OTS will merge with the Office of the Comptroller of the Currency (OCC). In an effort to provide employees with important and relevant training, OTS annually polls staff to determine their training desires. This annual review has identified a need for OTS employees to receive information regarding an overall general guidance to preparing for retirement during a stressful period due to the pending merger. As part of this 2-day program, OTS requires a vendor to provide comprehensive retirement information to its employees and how it can interact with the other pre-retirement planning information being provided. In addition, OTS requires the vendor to have general knowledge of the OCC and its operations. Scope: The Contractor shall develop and deliver a three (3) hour workshop for employees transitioning into retirement to be included as part of a two day Retirement Planning seminar. The transitioning into retirement topic will be delivered on the first day of the workshop. Topics that will be delivered include information on the defined benefit program, Social Security, Federal Employees' Group Life Insurance (FEGLI), Federal Employees Health Benefits (FEHB) and OTS specific benefits and will be taught by other instructors not associated with this Statement of Work. OTS will deliver six (6) sessions of this course prior to May 31, 2011, and the class sizes will range between 35 - 60 participants depending on the location. Objective: The goal of this seminar is to create awareness about the retirement process. It must provide pre-retirees with information on planning for retirement that will assist them with changes that accompany the process as well as promoting good health. In addition, it should offer ways to develop new interests, new relationships, opportunities for growth, and preparation for post retirement life. The contractor shall develop and deliver a three (3) hour workshop that addresses, at a minimum, the following topics: • Phases of Retirement • Immediate Retirement Routine • Disenchantment with Retirement • Reorientation • Retirement Routine • Termination of Retirement • Formulating a Plan for Healthy Aging • Hand Guide for Nutrition • Learning New Information after Retirement • Volunteer Opportunities • Exercise: From Beginning to End • Housing Alternatives • Relocation Tasks: The Contractor shall: • Conduct a seminar using a mix of training techniques, including lectures, audio-visual aids and case studies; • Promote class participation; • Supply participants with a copy of the presentations to include Power Point slides; • Provide brochures and pamphlets relevant to the topics presented; • Have experience with employees in both the private and public sectors; • Provide materials to accommodate class participants at no additional charge; and • Develop Worksheets/Handouts pertaining to the Holmes & Rahe Social Readjustment Rating Scale, heart rate and Progressive muscle relaxation. Specific Teaching Methods. The teaching method shall combine instruction and practice and encourage class participation. Deliverables. All course materials (handouts, manuals, PowerPoint presentations, and all other material) needed for the instruction of the course must be delivered to OTS Contracting Officer's Technical Representative one week prior to the session. The Contractor is responsible for producing the appropriate number of materials. Place of Performance. The course will be delivered at various OTS locations as described below in the Period of Performance section. Government-Furnished Property. OTS will provide the following equipment for the duration of the requirement: • Desk and chair • Screen/Projector • OTS Laptop • Flip charts/paper/markers Period of Performance. The period of performance will cover the period of March 1, 2011 through May 31, 2011. The three (3) hour workshop deliverables are scheduled as follows: Tuesday, March 8, 2011. Location: Jersey City, NJ Tuesday, March 15, 2011. Location: Washington, DC Tuesday, March 29, 2011. Location: Daly City, CA Tuesday, April 27, 2011. Location: Dallas, TX Tuesday, May 3, 2011. Location: Atlanta, GA Tuesday, April 5, 2011. Location: Chicago, IL 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Technical Proposal, not to exceed 20 pages, shall include: 1. Executive Summary to include any exceptions that your firm's proposal takes to the requirements specified in this Statement of Work (SOW); 2. Technical Approach to include the methodology your firm will take to execute the statement of work; 3. Frequency and proposed milestones to complete the required services found in the statement of work; 4. Resumes for personnel that will work under the contract; and 5. Past performance information to include the following information for no more than three contracts similar in scope and size to the attached statement of work that your firm (either as a prime or subcontractor) has performed in the last three years: a. Point of contact b. Contract numbers c. Brief write-up of the services performed Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The selected offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (including the FAR clauses cited in paragraphs (b)(20) through (26), (24), (34) and (39) of that clause) apply to this acquisition. The Contractor must be registered on the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) website no later than February 21, 2010, and may complete the annual representations and certifications on the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) website. If a Contractor has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) and submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Quotations shall be firm fixed price for the period of performance indicated above. All small business concerns are invited to respond and will be considered for award. All questions must be submitted electronically via email to Andre Adams at andre.adams@ots.treas.gov no later than 12:00 p.m. Eastern Time on February 14, 2011. Quotations must be submitted electronically via email to Andre Adams at andre.adams@ots.treas.gov in an electronic format no later than 12:00 p.m. Eastern Time on February 17, 2011. All questions and quotations must show the solicitation number "TOTS11C0109" in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OTS/PASDC/TOTS11C0109/listing.html)
- Record
- SN02377012-W 20110212/110210234129-4a2ada283062641b65a5459ad4a0fa80 (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 |