Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

R -- Statistical Sampling and Cohort Analysis

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-RFQ-05-00003AMC
 
Response Due
11/22/2004
 
Archive Date
12/7/2004
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCODE: Auditing Services OFFAD: U.S. Office of Personnel Management, Contracting Division, 1900 E Street, NW, Room 7316, Washington, DC 20415-7710 SUBJECT: Statistical Sampling and Cohort Analysis SOL OPM-RFQ-05-00003AMC DUE: 11/22/2004 POC: Toni Campbell, Contract Specialist 202 606-4806/Matthew Johnson, Contract Officer 202 606-1518. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12. Solicitation number is OPM-RFQ-05-00003AMC and is issued as a Request for Quotation (RFQ). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2001-15. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. Additional FAR clauses apply. The North American Industry Classification System (NAICS) code is 541618, Other Management Consulting Services, with a small business size standard of $6 Million. This procurement is a total small business set-aside. SCOPE OF PERFORMANCE: The Center for Retirement and Insurance Service (CRIS) is a large-scale financial organization within the Office of Personnel Management?s (OPM) Human Resources Products and Services, which administers the Civil Service and Federal Employees Retirement Systems (CSRS and FERS) programs, as well as the Federal Employees Health Benefits Program, the Federal Employees? Group Life Insurance Program, Long Term Care and Flexible Spending Accounts. Annually, OPM contracts to have a comprehensive audit to examine the agency?s financial, accounting and fiduciary activities and present its opinion on the degree to which the agency?s systems, procedures and internal controls are in place and effective. In support of the annual audit of the agency?s financial statements, the goal of this solicitation is to ascertain, through statistical sampling and cohort analysis, the degree to which errors have been made in computation of entitlement payments for the 2.4 million retirees and survivors under the CSRS and FERS. The primary objective of these studies is to present to the auditor of record a set of calculations which enable OPM to objectively support its assertion that there is no material misstatement of annuitant payments. In addition, we seek to assure the auditor of record and most importantly those receiving benefits that the long term liability for future retiree and beneficiary payments is fairly stated; further, the Trust Fund liability is not understated, enabling us to continue uninterrupted payments into the future. Finally, OPM must report an annual estimate of Overpayments, Underpayments and Total/Improper Payments in dollars and as a proportion of annual disbursements, in the agency?s Performance and Accountability Report (PAR). SUPPLIES OR SERVICES AND PRICES/COSTS SCOPE OF WORK Contractor will provide primary statistical support and accomplish the following task regarding the deliverables described below: Develop of the sampling plan and selection. Prepare the population of the review, select sample data and random numbers. Participate in Entrance Conference with the Auditor, Quality Assurance Group (QAG) staff and CRIS management. Respond to inquiries in various forms to facilitate audit execution. Identify potential sources of data that could be used as audit evidence considering the validity and reliability of the data. Estimate underpayment and overpayment error for the population. Project errors associated with 1-month, 1-year and multi-year cohort strata, ensuring OMB sampling requirements are met and adhering to applicable legal and regulatory requirements. Provide guidance on and revisions to spreadsheet/quantitative calculations. Identify significant trends, findings and recommendations, considering both current and prior audit results Construct report table from the spreadsheet. Prepare a written report analyzing test results and expressing overpayment, underpayment and total (improper) payments for distribution to CRIS/OPM management, the auditor and the Office of the Inspector General Acknowledge/respond to requests for information within two business days of receipt (i.e. written, email, calls) Attend/consult/advise during additional meetings, as needed. Ad Hoc analyses and requests from CRIS management. DELIVERABLES The contractor will prepare and finalize the initial analysis of Annuity roll data enabling QAG to perform sample selection and initiate claims review on behalf of the Auditor. At the conclusion of the annuity roll audit and analysis, the contractor will provide a report summarizing audit results across all strata enabling QAG to determine the estimated Overpayments, Underpayments and Total (Improper) payments extant across the CSRS and FERS, as required by the Improper Payments Act. The tabulations (spreadsheets) used for the analysis will be included in the report. While not required, it is preferable that the contractor have a basic familiarity of federal retirement benefits administration, processes and systems used to calculate retirement and survivor annuities. STANDARDS OF CONDUCT AND RESTRICTIONS The contractor shall conform to standards of conduct as follows: 1. No contractor employees shall solicit new business at OPM or its facilities while performing work under this contract. 2. The contractor and its employees shall refrain from discussing with unauthorized persons any information obtained in the performance of work assignments under this contract. 3. The contractor and its employees shall conduct only such business as covered by this contract during periods paid by the Government. Business not directly related to this contract shall not be conducted on Government premises. 4. Use of Government furnished equipment or records for company or personal use is strictly prohibited. 5. Contractor personnel are expected to adhere to the same professional ethical standards to which Government personnel in a comparable position would be expected to adhere. 6. Contractor personnel shall be in company uniform while on the job site. SOLICITATION RESPONSE To be considered for award submit the following: A. Technical. Four copies (original and three copies) of a technical proposal that includes: 1) A description of general capability that includes vendor?s experience performing the same or similar work as described above. 2) Sample(s) of same or similar work. 3) Resumes of all key staff members that will perform work described above. 4) A list of three references for your last three jobs. If these jobs are or similar in scope and or complexity to our job, please provide three additional references who can provide this information. Include the organization?s name, an individual to contact, telephone number, and a brief description of the services performed. B. Price. Four copies (original and three copies) of a cost proposal that includes: Labor Category Labor Rates Hours per year Total Cost Auditor (base year) $ 60 $ Auditor (option year 1) $ 60 $ Auditor (option year 2) $ 60 $ Auditor (option year 3) $ 60 $ Auditor (option year 4) $ 60 $ Total NTE 300 hours $ State the firm-fixed price of all materials and operations for each item listed in accordance with these specification on separate yearly basis (base year and four option periods). EVALUATION OF OFFERS We will evaluate your proposal on the basis of your response to the technical factors listed below and your pricing. This is a Best Value solicitation. Technical merit is significantly more important than price. We reserve the right to award a contract to a technically superior contractor who is higher in price. When Technical Proposals are evaluated as essentially equal, price may become the deciding factor. Technical factors ? These are the technical factors we will evaluate. They are in descending order of importance. The subfactors within Items A and B are also of equal importance. A. Technical Approach: We will evaluate proposals based on the degree to which the offeror demonstrates an ability to provide the statistical support needed to meet the scope and objectives of the RFQ and an overall understanding of CSRS / FERS retirement benefits administration within the stated constraints. This factor includes the offeror?s understanding of the RFQ as well as the suitability of the offeror?s approach to meeting our objectives. We will evaluate proposals based on the subfactors below. Product or Service Quality-availability to comply with the requirements stated this RFQ, the quality of those features, and degree to which the offeror?s auditing service capabilities meet our needs as specified in this Request for Quotation (RFQ). Qualifications/Staffing- the technical strength and expertise of the resources presented by the offeror and the offeror?s ability to deliver quality staff (if needed) over the life of the Blanket Purchase Agreement. B. Past Performance ? We will evaluate past performance of the offeror to provide insight into each offeror?s ability to meet our objectives base on actual experience providing similar, related services. Past performance providing defined retirement benefits services of similar scope (to our needs) will be a major component of past performance. Product or Service Quality: compliance with contract requirements- technical excellence. Timeliness of Performance: meet interim milestones, where applicable ? completed on time ? reliable- responsive to technical direction, flexible to accelerated reporting requirements in future cycles. Cost Control: within budget ? current and accurate billing- relation of actual to estimated cost. Customer Satisfaction: Satisfaction of end users with the vendor?s service. CRIS? QAG is the primary customer. C. Price Evaluation Factors We will evaluate your pricing proposal, not only to determine whether the price is reasonable, but also to determine your understanding of the scope of work and your ability to meet the objectives and scope of this RFQ. The Price Proposal will be evaluated for the base year and all option years. We will evaluate your pricing proposal (for all pricing scenarios) for the base period and all option years to determine completeness (acceptability and validity of the pricing). To assist in determining reasonableness, evaluation of an offeror's proposal may include verification of the rates proposed. Proposals must be received by the Office of Personnel Management no later than 3:00 pm on at the above address. POC: Toni Campbell, Contract Specialist 202 606-4806/Matthew Johnson, Contract Officer 202 606-1518. Questions regarding this solicitation must be in writing and received no later than 11/8/2004. They may be e-mailed to amcampbe@opm.gov.
 
Place of Performance
Address: US Office of Personnel Management, 1900 E Street NW, Washington, DC
Zip Code: 20415
Country: USA
 
Record
SN00700024-W 20041029/041027212240 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.