Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2003 FBO #0471
MODIFICATION

R -- Broker Services

Notice Date
3/14/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
 
ZIP Code
20219
 
Solicitation Number
CC-03-HQ-Q-0016
 
Response Due
3/20/2003
 
Archive Date
4/4/2003
 
Point of Contact
Patricia Wolfe, Contract Specialist, Phone 202-874-4721, Fax 202-874-5625, - Deirdre Eischens, Contract Specialist, Phone 202-874-5442, Fax 202-874-5625,
 
E-Mail Address
patricia.wolfe@occ.treas.gov, deirdre.eischens@occ.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NO. 2. This combined synopsis/solicitation is amended as follows: (1) Change NAICS Code from 541990 to 524210 (2) change corresponding size standard from $5M to $6M (3) remove 401(k) fiduciary insurance from the listing of benefits insurance, and (4) due to the above changes, the time period for receipt of quotes is hereby extended to March 20, 2003 at 2:00 PM, EST. MODIFICATION No. 1. In response to questions regarding this procurement action, the following information is furnished: This procurement is a small business set aside IAW FAR Part 19. It is not an 8(a) set-aside. Information on plans follow: Voluntary: Dental/Vision - OCC Paid; Flex Fund-Employee paid; OCC Life - Employee Contributions; 24-hour Accident - Employee Paid; 401(k) fiduciary liability insurance - OCC paid; Short Term Disability - Employee Paid. Not Voluntary: BTA, Long-Term Disability, and EAP. Additional information on employee census and claims history will be provided to the successful contractor.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written technical quotations are being requested and a written solicitation will not be issued. Solicitation No.CC-03-HQ-Q-0016 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11, January 2003. The National American Industry Classification System code is 541990 with a corresponding size standard of $5.0 million. The Office of the Comptroller of the Currency (OCC) intends to award a blanket purchase agreement with base plus four option years to an independent insurance broker to provide brokerage services for benefits insurance to include dental and vision coverage, life insurance, long term disability insurance, short term disability insurance, 401(k) fiduciary insurance, employee assistance program, accidental death and dismemberment insurance, business travel accident insurance to OCC employees. The OCC is a non-appropriated federal financial regulatory bureau of the U. S. Department of the Treasury with approximately 2850 permanent employees in 100 cities nationwide and London, England. OCC is headquartered in Washington, DC with primary locations in New York, Chicago, Atlanta, Kansas City, Dallas, and San Francisco. It is anticipated that the Kansas City, Atlanta and San Francisco offices will be closed during 2003 and a new primary office will be opened in Denver. OCC employees are eligible to participate in the federal group life insurance, federal retirement and group health benefits programs. In addition, OCC has developed its own benefit programs as a supplement to the federal benefit programs. Dental and vision insurance coverage, , life insurance, long term disability insurance, short term disability insurance, 401(k) fiduciary insurance, accidental death and 24-hour dismemberment insurance, business travel accident insurance fall with the OCC benefit program. OCC seeks the services of an independent broker to identify qualified insurance underwriters/providers capable of meeting OCC?s benefits program needs and to make recommendations to the OCC, including a written analysis of the proposals received from insurance providers. The Contractor will serve as the single point of contact for the OCC benefits insurance requirements. The Contractor shall have sufficient training and experience to effectively provide all required services. The Contractor shall be capable of providing brokerage services that include, but are not limited to, market research; identification of qualified insurance companies; soliciting proposals from insurance companies; developing performance and rate guarantees; providing assistance with obtaining revised provisions and price adjustments from insurance companies; assist in implementation; evaluation of rate renewal proposals for option year(s); and providing a written analysis of proposals and recommendations to the OCC to assure that all proposals meet OCC coverage or administrative requirements. The Contractor shall provide post award activities that could include such items as, but not be limited to, reconciliation assistance, benefit plan redesign, utilization analysis, and claims management assistance. The written proposal analysis shall address the following: (1) areas of the proposal that are unclear and/or ambiguous (2) evaluation of individual plan cost and identification of areas of excessive costs, (3) a detailed assessment of the current and project financial stability of the recommended provider(s) and (4) a comparison of the strengths and weaknesses of each proposal, comparison of the costs of all plans, and recommendations regarding the plan(s) that meet or exceed the OCC requirements. The OCC will provide all necessary information to perform the services including a Statement of Work appropriate to current benefit solicitation and a hard copy of the proposed insurance contract clauses and provisions. FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. FAR 52.212-2, Evaluation Commercial items, is hereby incorporated by reference. The Government will award a commercial item blanket purchase agreement using simplified acquisition procedures to the responsible Offeror whose offer is most advantageous to the Government. Offerors will be evaluated on the basis of technical approach (to include brief written approach and oral presentation), past performance, and past experience. The Offeror shall provide its technical approach to fulfilling the Government?s requirements and shall address the Offeror?s overall understanding of the OCC requirements. The written documents shall not exceed 40 pages. Offerors shall include as a part of the technical approach a list of insurance providers that they have overall access to and are capable of fulfilling the OCC?s requirements. Offerors shall provide three (3) references ;with contact name, address, and contact information for similar work performed in the past three (3) years. Under Past Experience, Offerors shall submit a resume reflecting the qualifications and experience of the independent broker being proposed. In addition, Offerors shall provide a list of insurance carriers solicited in the last three years to provide insurance coverage related to current solicitation for private and public sector clients. The contractors shall disclose the commission amounts (percentile or flat rate) for each of the benefits. OCC will contact vendors a minimum of five days prior to schedule oral presentations. These factors are of equal importance to determine best value. FAR 52.212-3, Offeror representations and Certifications-Commercial applies to this acquisition. The clauses may be viewed at http://www.arnet.gov/far. FAR Clause 52.212-4-Commercial Items, applies to this solicitation. Offers are due by 2:00 pm EST, Monday, March 3, 2003 and must include a copy of the provision at 52.212-3, Offeror representations and Certifications?Commercial Items (Feb 2001) that may be downloaded from http:www.arnet.gov/far. The OCC reserves the right to make multiple awards; however, the intent is to select a single vendor. Only written offers will be accepted. Written offers shall be sent to the Office of the Comptroller of the Currency, Acquisition Management Division, 250 E Street, SW, Mail stop 4-13, Washington, DC 20219, ATTN: Patricia M. Wolfe. All hand-carried and courier-delivered quotes must be taken to the OCC loading dock at the East end of the building at 250 E Street SW, Washington, D.C. The security guard will ask for identification and have you sign the visitor?s log. The guard will then take you to the Mail and Messenger Unit window. Push the button to the left of the Mail and Messenger Unit window if you cannot see anyone on duty. An OCC representative will come to the window, accept the quote, and date and time stamp it in.
 
Place of Performance
Address: Contractor;s Primary Place of Business
 
Record
SN00279973-W 20030316/030315001530 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.