Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOURCES SOUGHT

U -- FER Retirement Classes

Notice Date
5/10/2023 8:35:50 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893623Q0155
 
Response Due
5/22/2023 12:00:00 PM
 
Archive Date
08/22/2023
 
Point of Contact
Madelene Perez, Phone: 7607934280, Erin K Strand, Phone: 7607934330
 
E-Mail Address
madelene.j.perez.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil
(madelene.j.perez.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil)
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought is to conduct market research to determine if responsible sources and their size classifications relative to the North America Industry Classification Systems (NAICS) code 611430 size standard $15 million for Federal Employees Retirement System (FERS) Planning for Retirement, Mid-Career Retirement Planning, and New Employee Benefits Orientation. Responses to this sources sought will be utilized by the Government to determine the best acquisition strategy for this procurement and make the appropriate determinations about potential sources. No solicitation is currently available, as such; this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for FERs Retirement Training seminars on the FERS Retirement Training course to be given to the NAWCWD workforce. The course shall teach students to: Federal Employees Retirement System (FERS) Planning for Retirement (two-day classes, 16 hours) (1)� detailed understanding of Social Security, Medicare, Thrift Savings Plan (TSP), Federal Employees Health Benefits (FEHB), Long Term Care insurance, Federal Employees Group Life Insurance (FEGLI), and Flexible Spending Account program benefits. (2) discuss financial planning topics, to include savings and money management, investment strategies, insurance planning, tax planning, and estate planning.� Mid-Career Retirement Planning (one-day class, 8 hours) (1) provide a detailed understanding of Social Security, Medicare, TSP, FEHB, Long Term Care insurance, FEGLI, and Flexible Spending Account program benefits. New Employee Benefits Orientation (one-day class, 8 hours) (1) provide a detailed understanding of Social Security, TSP, FEHB, Long Term Care insurance, FEGLI, and Flexible Spending Account program benefits and how to receive the maximum benefit from each program, with special emphasis on the TSP.� �(3) REQUIRED CAPABILITIES: The Contractor shall provide training via online, Virtual Instructor Led Training (VILT), or in-person. The Contractor shall ensure training is accessible from the Navy/Marine Corps Intranet (NMCI) network via Government machines/assets. NMCI machines are only able to access web-based platforms. (4) PLACE OF PERFORMANCE: Approximately 100 percent of work will be performed at Government site and 0 percent of work to be performed at Contractor site. Government sites include China Lake and Point Mugu, CA. (5) CONTRACT TYPE: Firm Fixed Price (FFP) (6) SPECIAL REQUIREMENTS: Citizenship Requirement. Only U.S. citizens may perform under this contract.� If the Contractor cannot find qualified U.S. citizens to perform the work, the Contractor shall submit a citizenship waiver request with justification to the Government Security Office. The waiver request should include: a. The individual's name, date and place of birth, position title, and current citizenship. b. A statement that a qualified U.S. citizen cannot be hired in sufficient time to meet the contractual requirements. c. A statement of the unusual expertise possessed by the applicant. d. A statement that access will be limited to a specific government contract (specify contract number). e. A statement that the Contractor has obtained an export license for the information required to perform the contract. (7) ADDITIONAL INFORMATION: N/A (8) CONTRACT RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response. The written response shall reference solicitation number N6893623Q0155 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: a) A reference to the solicitation number N6893623Q0155 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, and e-mail; d) Declaration as to whether a U.S. or foreign company; e) Company size (Small or Large according to the identified NAICS and size standard identified), f) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; h) A brief capabilities statement package (no more than 5 pages in length, double spaced, 12-point font minimum), demonstrating ability to perform the specific requirements discussed above.� i) An outline of previous projects related to the program description; and j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted.� Questions and comments are highly encouraged.� No opportunity for a site visit will be offered. Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Contractor shall submit a capabilities statement package via email to madelene.j.perez.civ@us.navy.mil. The following restrictions apply: DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI.� See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c097d6c27c9a4e40b7f9749d94289cd2/view)
 
Record
SN06678765-F 20230512/230510230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.