Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

R -- Flexible Spending Account for OTS Employees

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
525120 — Health and Welfare Funds
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, DC, 20552
 
ZIP Code
20552
 
Solicitation Number
TOTS-RFP-05-5000001
 
Response Due
7/8/2005
 
Archive Date
7/23/2005
 
Description
The Office of Thrift Supervision (OTS) has a requirement for contractor support to administer its Premium Conversion Plan and Flexible Spending Accounts for approximately 900 employees. The Plan and Flexible Spending Accounts will cover current and future active full-time and part-time employees and temporary employees (non-permanent appointment). Scope of Work: In 1991, The OTS adopted a Premium Conversion Plan which allows all employees to pay health and life (up to a $50,000 benefit limit) insurance premiums on a pretax basis and Flexible Spending Accounts (FSA). These accounts include a health care reimbursement account and a dependent care account. The Plans are designed in accordance with the tax provisions of Section 125 of the Internal Revenue Code (IRC). The plan covers approximately 900 employees about 250 of these participants are located in the metropolitan Washington, D.C. area. The others are located in offices throughout the United States (Northeast, Southeast, Midwest, and West Regions). The OTS is solicting competitive proposals for a Premium Conversion Plan and Flexible Spending Accounts which cover current and future active full-time and part-time employees and temporary employees (non-permanent appointment). Proposals are hereby sought on the current FSA plan design as described in the OTS Summary Plan Description. This solicitation document intends that all current benefit plan provisions of the OTS Premium Conversion and the Flexible Spending Account plans remain intact. Therefore, it is imperative that you carefully read the OTS Summary Plan Description for Combined Synopsis/Solicitation Number TOTS-RFP-05-5000001 posted on the OTS web site at www.ots.treas.gov. Any deviations should be explained in detail; however, such deviations may not be accepted by OTS. However, all prospective offerors must review the current plan design and recommend any plan design modifications, as necessary. In addition to the information provided in the OTS Summary Plan Description for Combined Synopsis/Solicitation Number TOTS-RFP-05-5000001, effective in 1995 OTS created a health care and/or dependent care account on behalf of all eligible employees. In CY1995 these accounts were funded by OTS for each employee to utilize in either account (or both depending on how they elected to split the contribution from OTS) for any expenses that are eligible under the health care and dependent care account provisions. The amount provided to employees for 2005 is $1,000. Minimum Mandatory Performance Requirements include but are not limited to: Designing and developing plan documents, booklets and administration manual as needed for regulatory compliance and employer management administration within 60 days of the contract award; Preparing and supplying employee booklets and claim forms within 60 days of the contract award; Developing and implementing financial systems, as appropriate for transfer of funds, reimbursement to employees and plan accounting within 60 days of contract award; Reimbursing funds to eligible employees; Determining eligibility for benefits and verifying eligibility for reimbursement; Preparing appropriate financial and administrative reports for the plans, including any nondiscrimination tests required; Administering the plans for the employer; Preparing correspondence with review and follow-up in conjunction with plan administration; Providing cost estimates on proposed benefit changes; Providing administrative, technical and physical safeguards to protect any OTS information maintained in Contractors? custody; Preparing presentation materials, as requested, for management review; Providing on-going assistance, as requested to the employees and the Contracting Officers? Technical Representative (COTR); Ensuring that the Plan and Plan documents maintain compliance with all applicable laws and regulations, as they are changed, by recommending modifications, as necessary; Advising and assisting OTS in accomplishing an accurate and timely annual FSA program enrollment, and Reviewing current FSA program annual election form and recommend modifications, as necessary. This shall include reviewing the form for compliance with all applicable laws and regulations, for clarity and for ease in employee usage. 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; proposals are being requested and a written solicitation will not be issued. This Combined Synopsis/Solicitation Number TOTS-RFP-05-5000001 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-03, effective on April 11, 2005. This is an unrestricted procurement. All responsible offerors having an interest in providing the required service to OTS?s employees may submit a proposal. All questions must be submitted via email to douglas.mason@OTS.treas.gov by 2:00 P.M. Eastern Standard Time June 14, 2005. Oral questions will not be accepted or answered. The period of performance will be January 1, 2006 through December 31, 2006 with three one-year options plus an additional option period for up to six (6) months. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR Clause 52.212-2, Evaluation?Commercial Items is applicable. Evaluation factors are technical, past performance, and price. Technical proposals must include responses to the following Administrative Questionaire 1?Include with your proposal the most current annual report of your organization. 2?Does your organization currently administer Section 125 plans for private employers and the federal government? If yes, please provide number of employee accounts, type of accounts, and a reference list of clients. The OTS has approximately 900 employees nationwide. 3?Describe how your organization would organize the delivery of service to these employees. 4?Describe how your organization would determine employee eligibility and reimbursement eligibility. 5?Describe the reimbursement process, in detail. Include location of office, time lines, funds transfers and personnel responsibilities that would be involved, in your response. 6?Describe what steps your organization would take to positively impact any indebtedness that may occur as a result of payments made in advance of accrued funds that may remain outstanding.7?Provide any additional information that you feel might be useful in the evaluation of this proposal. 8?Provide copies of statistical reports you would be willing to provide. How frequently are these reports provided? How long after the end of the periods covered are the reports provided? Past Performance discussion shall contain brief descriptions of three projects of relevant scope and complexity performed during the last five (5) years. If no past performance information is provided, offeror will be negatively impacted. If the offeror is a new firm with no past performance information, the offeror will be treated neutrally. For this solicitation, a new firm is defined as a company that has been established within the past two years from the date of the offeror?s proposal. The contractor shall provide the: Customer's Name, Customer's Contracting Officer or Contact Person, Name, Title, Address, (Area Code) Telephone Number, Contract Number, Place of Performance, Period of Performance, Brief Description of Services Provided, and Total Amount of Contract. Offerors must submit proposals in three (3)separate volumes?Technical (3 copies), Past Performance (3 copies), and Price (2 copies). All rates are to be fixed for each year of the contract and fixed rates must be specified in the proposal for all years. The OTS intends to award a firm-fixed-price contract to the offeror whose proposal represents the best value, price and other factors considered. The OTS reserves the right to award on initial offers. The provision at 52.212-1, Instructions to Offerors - Commercial Items,is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Provisions may be accessed at www.arnet.gov/far.(You must register your certifications and representations on line at http://orca.bpn.gov/login.aspx). FAR Clauses 52.212-4, Contract Terms and Conditions?Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items,applies to this acquisition, 52.217-8 Option to Extend Services, and 52.217-9 Option to Extend the Term of the Contract apply to this acquisition . Proposals are due in the Procurement Office by 4:00 P.M. EST July 8, 2005 at Office of Thrift Supervision, 2nd Floor, Attn: Douglas Mason, 1700 G Street, N.W., Washington, DC, 20552. Faxed proposals will not be accepted.
 
Place of Performance
Address: Washington, DC
Zip Code: 20552
Country: U.S.
 
Record
SN00814759-W 20050526/050524212521 (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.