Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOURCES SOUGHT

R -- Pay and Personnel Services for The Commissioned Corps - CCP SOW

Notice Date
3/22/2011
 
Notice Type
Sources Sought
 
NAICS
541214 — Payroll Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00050(Amended)
 
Archive Date
4/21/2011
 
Point of Contact
Juan D. Baez, Phone: 301-443-2367, Donald S Hadrick, Phone: 301-443-3459
 
E-Mail Address
juan.baez@psc.gov, donald.hadrick@psc.hhs.gov
(juan.baez@psc.gov, donald.hadrick@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a SOURCES SOUGHT NOTICE to determine the availability of small businesses (e.g., 8(a), veteran-owned small businesses, services-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, and women-owned small businesses) having the capability to provide pay and personnel services for The Commissioned Corps of the U.S. Public Health Service (Corps)) within the Department of Health and Human Services (HHS). Small Businesses with the ability to meet these requirements based on the attached Statement of Work and supporting documentation are encouraged to submit capability statements in response to this Source Sought. The Administrative Operations Service (AOS) is responsible for maintaining and overseeing the production of the Commissioned Corps officer's payroll using the Commissioned Corps Personnel and Payroll system (CCP). Commissioned Corps Systems Branch (CCSB), an organization within AOS, transmits all Commissioned Corps Payroll to the Department of Treasury after each monthly payroll is computed, validated and certified. Direct Access (DA). Direct Access is currently the System of Record for Licenses and Certifications, Readiness compliance and officer HR data not tied to pay and benefits. It is maintained for the benefit of the Corps by the United States Coast Guard. The OASH, Coast Guard and OMB are committed to migrating positions, the recruitment system, the applicant system, the electronic call to active duty system, the promotion system, and the officer evaluation system to Direct Access over the next 5 years. This will necessitate ongoing changes to the pay and personnel system to accommodate these Direct Access implementations. Commissioned Corps Personnel and Payroll System (CCP). CCP is the web-based, real-time, workflow enabled, personnel and payroll management system providing electronic initiation and processing of military personnel actions, computing compensation and maintaining personnel and payroll records for Active Duty and Retired Officers of the Commissioned Corps. The CCP system provides a full range of services from call to duty through retirement. Commissioned Corps Compensation Branch (CB). CB collects records, maintains files, audits individual payees, performs payroll transactions using CCP and administers a system of basic pay, allowances, and special or incentive pay for active duty Corps. CB also administers a pay system for retired officers and survivor annuitants. The Branch provides these services in coordination with the Departments of Defense (DOD), Veterans Affairs, and Treasury. Office of Commissioned Corps Operations (OCCO). The Office of Commissioned Corps Operations collects records, maintains files, and performs personnel related transactions using CCP. This requirement is for pay and personnel maintenance services that supports the active duty and retired Corps Officers. The pay and personnel maintenance services must be able to handle the collection of source documents, determination of all pay categories, gross-to-net calculations, and interface with all the various internal and external systems required to ensure the accurate disbursement of funds, meet all reporting needs and maintenance of all related IT systems. Once successfully implemented, the system needs to be kept current: both for routine pay table adjustments and for changes to pay calculations as mandated by the Secretary of HHS or Congress. The vendor is expected to draw on their established methods, best business practices, and Government/industry experience. Contractors will be required to be able to provide all of the services, as defined in the attached Statement of Work. THIS SOURCES SOUGHT IS NOT AN RFP; an RFP is anticipated on or about January 21, 2011. This Sources Sought notice does not bind the government to release an RFP. A set-aside determination will be made based in part on the capabilities a firm is able to demonstrate in response to this Sources Sought. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to [30] pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541214 (size standard $8.5 Mil) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this Sources Sought announcement, along with a firm's capability statement referencing "Pay and Personnel Services for The Commissioned Corps" may be submitted to Juan D. Baez, Contracting Officer at 301-443-2367 or in writing to juan.baez@psc.gov. Contracting Office Address: Program Support Center Department of Health and Human Services 5600 Fishers Lane, 5-101 Rockville, MD 20857 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00050(Amended)/listing.html)
 
Record
SN02406113-W 20110324/110322234131-820edde176c5bf66b6890d29242e00fc (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 |
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.