Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1997 PSA#1769

U.S. Nuclear Regulatory Commission, Division of Contracts, M/S T-7I2, Washington, DC 20555

R -- RETIREMENT BENEFIT ANALYSIS AND COUNSELING SOL 84790039 DUE 020697 POC Contact Point, All questions should be directed to Elinor Cunningham, Procurement Specialist, (301)415-6580, Fax number (301)415-8157. This is a combined synopsis and request for quotation prepared in accordance with FAR, Part 13, Simplified Acquisition Procedures. This synopsis/request for quotation is issued as a Request for Proposal which incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. This announcement constitutes the only request for quotation; a written request for quotation will not be issued. This procurement is under a 100 percent small business set aside. The Standard Industrial Classification code for the services required is 8742. Small business size standard: Average annual receipt of each of the three preceding fiscal years do not exceed $5 million. REQUIREMENTS: The U.S. Nuclear Regulatory Commission (NRC) seeks a vendor to provide analysis of non-routine retirement plan options for individual NRC staff members and to compute projected annuity amounts under several retirement plans so that retirement options may be maximized. The contractor shall (a) Provide advice to individualstaff members, on retirement plans including CSRS, CSRS Offset, and FERS and compute projected annuity amounts under several retirement dates so that retirement timing may be maximized; and (b) Obtain information necessary to perform this service from in-person interviews, examinations of Official Personnel Folders (OPF) at the office locations (NRC Headquarters) in One White Flint North (OWFN) and Two White Flint North (TWFN), and other sources, as appropriate (e.g. Social Security Administration, other agencies where the NRC employee worked previously, etc.). Using this data, the NRC Benefit Specialist shall provide retirement information in writing and/or orally to the NRC employee. An NRC Benefits Specialist will provide the contractor the names of NRC employees who indicate an interest in retirement information along with information provided by the NRC employee. The NRC will provide office space, a computer and a telephone in OWFN and TWFN and include access to OPFs in each location. Retirement benefitanalysis is computed on "Government Retirement & Benefits" software. When a detailed written analysis is provided, the document shall include, a minimum: (1) Service Summary -- effect of waiving military retired pay, review of records for correct placement in any of three retirement systems (CSRS, FERS, CSRS Offset), review civilian and military service and compute service computation date. (2) Benefits Summary, including retirement and survivor benefits -- estimates of survivor benefits and their cost to retirees, estimates of deposit and redeposit amounts, and reduction from the annuity if they are not paid, supplements under FERS, effect of sick leave, as projected to proposed date(s) of retirement for employees with current or former service under CSRS; disability and "early out" retirement benefits, supplemental payments under FERS, alternate forms of annuity. (3) Computations -- calculation of "High Three" average salary, computation of retirement credit for part-time work, calculation of estimated annuity under special rules for law enforcement personnel. EVALUATION CRITERIA: The NRC shall evaluate a proposal from the perspective of technical merit, qualification or proposed key personnel, and demonstrated evidence of satisfactory past performance on similar types of projects provided to other government agencies. The proposal must provide sufficient information about each criterion so that a complete evaluation can be accomplished. FACTOR "A" -- CONTRACTOR EXPERIENCE AND PAST PERFORMANCE. The Offeror shall clearly demonstrate to the NRC that they have the resident corporate experience necessary to perform this work without a leafing and education period and process (other than particulars on the specific programs or problems involved). The Offeror shall also demonstrate that he or she has successfully performed on other contracts or purchase order awards, currently or in the past, of similar size and scope. This shall be done by describing current and past work of a similar or identical nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the requirements of the solicitation. The Offeror shall provide a sample of a completed Retirement Annuity Estimate for a Federal employee with considerable part-time Federal civil service that shows the analysis and final determination as a result of performing tasks 1 through 3 listed above under REQUIREMENTS. This sample will be used to determine the capability of the offeror to provide the detailed information necessary to prepare unique and accurate Retirement Annuity Estimates. The Offeror shall list three (3) current/previous support contracts or purchase order awards of similar nature to this proposed contract. It is incumbent upon the Offeror to provide information which is accurate and current as the NRC will contact each reference to verify the information provided. Offerors will be provided the opportunity to provide written rebuttal for any negative information received. This rebuttal information will be taken into consideration in evaluating proposals. Provide the information requested using the format specified below. Each contract reference shall be on page in length only: (a) contract or purchase order number, (b) name and address of Government agency, (c) point of contact, (d) contracting officer, (e) current telephone number (f) technical representative, (g) date contract or purchase order awarded, (h) period of performance of the contract or purchase order (including extensions) (i) outline how the contracted effort is similar or identical in nature to the NRC's requirement, with a brief technical description sufficient to permit ready assessment of the described project's relevancy to the NRC's requirement. It is not sufficient to just note that it is similar in magnitude and scope. Briefly outline your ability to meet schedules. FACTOR "B" -- PERSONNEL QUALIFICATIONS/EXPERIENCE. The offeror shall include resumes for all personnel (including any proposed subcontracted personnel) to be utilized in the performance of any resulting purchase order award. Discuss current availability and planned availability of all proposed key and subcontracted personnel. At a minimum, the resumes should include: training and education related to Federal retirement benefits; previous work experience related to the performance of Federal employee retirement programs and retirement computations; if the offeror plans to subcontract any of the work to be performed, list proposed subcontractor(s) by name. Identify any key personnel and provide a detailed description of the work to be performed by the subcontractor; information provided shall be detailed enough to demonstrate that the proposed personnel have the depth and relevancy of experience to meet the NRC's requirements as set forth above. Offerors shall respond to the evaluation criteria in full. The NRC will evaluate an offeror's proposal from the perspective of technical merit and price. Although cost is a factor, technical qualifications shall be weighted more heavily than price. The following clauses are applicable to this acquisition: 52.222- 26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.219-1 Small Business Program Representation and Offerors Representations and Certifications will be required prior to award. Offers are due February 9, 1997, 1:00 p.m. eastern time and should be sent to U.S. Nuclear Regulatory Commission, ATTN: Elinor Cunningham, Procurement Specialist, RQ NO. 84790039, M/S T-7I2, Washington, DC 20555. The estimated number of staff hours of this requirement on a per call basis is 1,250 hours. The hourly unit price shall be firm fixed and includes travel. Award of a purchase order will be made on or about February 18, 1997. (0023)

Loren Data Corp. http://www.ld.com (SYN# 0066 19970127\R-0006.SOL)


R - Professional, Administrative and Management Support Services Index Page