SOLICITATION NOTICE
R -- Risk Management Early Warning & eFiling Support - Request for Proposal
- Notice Date
- 10/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Pension Benefit Guaranty Corporation, Chief Management Officer, Procurement Department, 1200 K Street, N.W., Washington, District of Columbia, 20005-4026, United States
- ZIP Code
- 20005-4026
- Solicitation Number
- 16PBGC19R0005
- Archive Date
- 1/4/2019
- Point of Contact
- Patrick McFarlane, Fax: 202-326-4162, Mark Miller, Fax: 202-326-4162
- E-Mail Address
-
mcfarlane.patrick@pbgc.gov, Miller.Mark@pbgc.gov
(mcfarlane.patrick@pbgc.gov, Miller.Mark@pbgc.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment l.5 - Solicitation Questions Template Attachment L.3.b - RMEW Proposed Labor Rate Buildup Attachment L.3.a - RMEW Labor Category Crosswalk Attachment L.2.1.2 - Proposed Staffing by Labor category Attachment L.2.1 - RMEW Task Order Request 1 Attachment C.6 - Performance Standards Attachment C.4.2.b ITSLCM Handbook Attachment C.4.2.a ITSLCM Framework Attachment C.2.a - TRM AD Tools Attachment C.2.4 - RMEW Information System Contingency Plan (ISCP) Attachment C.2 - RMEW Environment and Requirements Attachment C.1 - OIT Organization Chart Attachment C - Acronym List Attachment B.5 - RMEW TO 1 Price Schedule Attachment B.5-RMEW IDIQ Price Schedule Request for Proposal The Pension Benefit Guaranty Corporation (PBGC) is a wholly-owned United States government corporation and agency of the United States created under Title IV of the Employee Retirement Income Security Act of 1974 (ERISA) to administer the federal pension insurance programs and enforce compliance with the provisions of Title IV. The specific objective of the proposed contract is to provide Risk Management Early Warning (RMEW) and eFiling system support to the Office of Information Technology (OIT) at PBGC. PBGC intends to issue a single Indefinite Delivery Indefinite Quantity (IDIQ) award. All responsible sources may submit a proposal in response to the RFP and Attachments. Responsible sources must be registered in the System for Awards Management Database (SAMS.gov), in order to be eligible for an award. The resultant IDIQ contract will be a base year of eight (8) months and nine (9) option periods of twelve (12) months each. The solicitation and any amendments will be electronically distributed and available for printing at the following website https://www.fbo.gov/ The award date is anticipated to be May 2019. Interested parties are responsible for monitoring the site to assure they have the most up to date information about this acquisition. Paper copies of the solicitation and any amendments will not be distributed. Upon issuance of the solicitation via https://www.fbo.gov, the Question and Answer (Q&A) period begins, and the all questions must be submitted to the Contracting Office and Contract Specialist by the date specified in Section L.5 of the RFP. Telephone calls are not accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/PBGC/CMO/PD/16PBGC19R0005/listing.html)
- Place of Performance
- Address: 1200 K Street NW, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN05124074-W 20181017/181015230826-1c39e87e5b9cdf7b48541b28d9a11f24 (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 |