Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2024 SAM #8272
SOURCES SOUGHT

D -- Sources Sought request from the Dept. of Treasury to provide a system that supports services for Unemployment Compensation for Federal Employees (UCFE) which includes claims processing, data storage and processing, appeals administration and training.

Notice Date
7/19/2024 7:16:31 AM
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
2025-IRS-JD01
 
Response Due
7/29/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Jane DeMatto, Alison Adamson
 
E-Mail Address
Jane.dematto@IRS.Gov, alison.m.adamson@irs.gov
(Jane.dematto@IRS.Gov, alison.m.adamson@irs.gov)
 
Description
PERFORMANCE WORK STATEMENT - ATTACHMENT THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL NOR IS THERE A SOLICITATION AVAILABLE AT THIS TIME. INFORMATION RECEIVED FROM THIS SOURCES SOUGHT WILL BE RETAINED FOR A FUTURE SOLICIATION. This is a Sources Sought Notice and is for informational/market research purposes only. This is a Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor a promise to issue a solicitation in the future. The purpose of this Notice is to obtain information/market research only regarding the availability and capability of all qualified sources to perform a potential requirement. The associated NAICS code: 541612. A draft Performance Work Statement (PWS) is uploaded to review the requirement details. Responses to this Notice will assist the Government in determining the appropriate acquisition method and determining interest and capability of potential vendors for this type of requirement. The Treasury is seeking an experienced and reliable firm that will focus on providing high quality service, with fast response and resolution time. The Government has potential interest in establishing a firm fixed price, Stand-alone �C� type contract, consisting of a 12-month base period of performance and four 12-month option periods, to the Offeror capable of providing the most effective and efficient system of handling Unemployment Compensation for Federal Employees (UCFE) claims in accordance with the anticipated RFQ through the lowest price technically acceptable offer deemed to be the most advantageous to the Government. This projected requirement is to manage and provide support services for Unemployment Compensation for Federal Employees (UCFE) in accordance with the Performance Work Statement (PWS) provided herein.� This includes but not limited to claims processing, storing of payroll/separation data, appeals administration, reconciliation of benefits data, and training/professional services. The system must interface with the National Finance Center (NFC), sensitive information must meet the security requirements. In addition, the Department of Treasury uses the National Finance Center (NFC) as its payroll processor that must meet the Department of Treasury�s internal rules for interfacing. The contractor must have and meet mastery of UC statutes and regulations in all fifty states, US territories and protectorates and the District of Columbia. However, Government officials will retain responsibility for reviewing all claims that the contractor deems protestable and determine which claims will be challenged. Each Bureau and Office using this contract will provide confirmation to Treasury Enterprise Applications of their intent to continue use of the services provided by the awarded contractor on an annual basis. Interested parties are requested to submit a capabilities statement and be concise (no more than 5 pages) in addressing only the questions requested below (title pages, cover letter, etc., will not count against the 5-page limit). Again, this information will support market research activities within Department of Treasury.� In addition to the questions below, please provide your company information: Name, address, telephone number, POC name and email address(s). Please address the following technical questions: 1. Does your company have experience in the development, modification, or use of Unemployment Compensation for Federal Employees service that simulates real-time tactical systems?� Please provide a brief description of Unemployment Compensation for Federal Employees services offered by your company. 2. If your company has experience in Unemployment Compensation services does the cloud Unemployment Compensation for Federal Employees service provide Application Programming Interfaces (APIs) for integration with other services and systems? 3. Does the Cloud Service Offering (CSO) have a FedRAMP authorization? (No, LI-SaaS, Low, Moderate, High) 4. If not FedRAMP authorized, has the Cloud Service Offering (CSO) been evaluated by a government or commercial cybersecurity auditor? (No, Yes: Within the Last 6 Months, Yes: Within the Last 12 Months, Yes: Within the Last 24 Months, Other) 5. Are there other considerations for the Unemployment Compensation for Federal Employees service that have not been covered that the Government should be aware of when evaluating, selecting, deploying, and operating the UCFE solution? 6. Does your company have the required certifications, skillsets, and talent for the Unemployment Compensation for Federal Employees services? 7. Does your company have experience with recruiting, hiring, and retaining the required personnel resources for the Unemployment Compensation for Federal Employees service? 8. Suggested - What is the maximum timeframe your company would need to have the proper resources/personnel in place to successfully support this requirement? (7 Days, 14 Days etc. 9. What differentiates your Unemployment Compensation for Federal Employees support services from other UCFE solutions? 10. Are you an authorized reseller of the Unemployment Compensation for Federal Employees services? 11. Are you the Original Equipment Manufacturer (OEM) for the Unemployment Compensation for Federal services? 12. Is any information from the Unemployment Compensation for Federal Employees services sent or received to / from outside sources (e.g., OEM servers, Maintenance Providers)? 13. Is any information from the Unemployment Compensation for Federal Employees Services transmitted, routed, or stored outside the sovereign borders of the United States of America (i.e., DFARS 239.7602-2 Required storage of data within the United States or outlying areas)? 14. Do you provide configuration, customization, and enhancement services through authorized 3rd parties for Unemployment Compensation for Federal Employees services? 15. Do you provide installation & deployment and/or maintenance services (e.g., technical support, updates, patching) through authorized 3rd parties for the Unemployment Compensation for Federal Employees service? 16. Do you provide configuration, customization, and enhancement services for the Unemployment Compensation for Federal Employees service? 17. The associated NAICS code is 541612, however, you may recommend an alternate NAICS code and briefly explain how it closely correlates to the PWS requirements. Responses to this Sources Sought are to be sent via email to Jane.DeMatto@irs.gov and Alison.M.Adamson@irs.gov no later than 2:00 p.m. eastern standard time 29 July2024. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses to this Notice should include the following: Information regarding respondents: (a) current software products/services available to perform the work identified in the PWS; and (b) examples of prior relevant experience of similar nature. Provide feedback on whether requirements in the draft PWS do or do not follow commercial practices or that would require your company to take an exception. Respondent�s UEI number, organization name, address, type of business (large or small) and socio-economic status (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS codes. If not a small business, describe willingness and/or possible plans to partner with small businesses in response to an anticipated future solicitation. Identification of any contract vehicles (e.g., GSA schedule numbers and SIN category(ies)) they may possess or are aware of that would support this possible requirement. Possible questions that enable the Government to determine whether the requirement should be set aside, commercial practices, possible revisions to the requirement, alternate NAICS, etc. Vendor�s technical and administrative points of contact, including names, titles, addresses, telephone, and e-mail addresses. Email responses to this Notice shall be sent to the attention of individuals listed in this Notice. Terms and Conditions regarding this Notice: This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in the Government Point of Entry or other similar source (GSA e-Buy). However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). Do Not Submit any Proposals/Offers in response to this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a5d456944b94aca9bfef561b02b8496/view)
 
Place of Performance
Address: New Carrollton, MD, USA
Country: USA
 
Record
SN07136490-F 20240721/240719230114 (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.