Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

R -- Senior Level Expert Services

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
TOTS-D-08-Q-00109
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Isabel Roman-Cogswell,, Phone: 2029066137
 
E-Mail Address
isabel.romancogswell@ots.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Office of Thrift Supervision (OTS), a bureau under the Department of Treasury, regulates and supervises the Thrift Industry nationwide. OTS hereby publishes this intent to negotiate and enter into a sole source contract with Walter B. Mason/Federicksburg, VA for on-going expertise pertaining to special projects and onsite examinations of financial conglomerates and other complex thrift holding companies supervised under the OTS' continuous supervision program.. Pursuant to FAR 6.302 and FAR 13.5, the Government intends to solicit and negotiate with only one source for the continuation of services that include, but are not limited to the following: B ACKGROUND : The Office of Thrift Supervision (OTS) has a requirement for contractor support to participate in special projects and onsite examinations of financial conglomerates and other complex thrift holding companies supervised under the OTS' continuous supervision program. The contractor will be required to rotate on assignments based upon OTS' staffing needs and the desire to capitalize upon the wealth of a proven senior-level regulatory expert. The contractor's at-large service to ESCP-Corporate and International Activities will allow OTS to uniquely utilize the expertise as a resource not only for direct examination activities, but also for special projects and those efforts that may require a high-level focus for the associated written reports. MINIMUM MANDATORY PERFORMANCE REQUIREMENTS : assisting with direct examination activities; assisting with special high-level focused special projects; assisting with the onsite examination teams in analyzing the CORE components; performing targeted reviews; maintaining a current risk assessment matrix; updating supervisory plans; and producing written comments for the annual roll-up examination reports. These services will include the following: p articipate in the onsite examination process to ensure the work performed meets the identified objectives of each firm's supervisory plans and is consistent with OTS holding company regulations, OTS Conglomerate Policy Guidance Manual, applicable examination procedures, and domestic and international consolidated supervision standards; analyze and reach conclusions regarding the OTS rating areas of (CORE components) capital, organizational structure, risk management, and earnings for complex conglomerate thrift holding companies; perform targeted reviews of conglomerate business activities within the specifications and requirements of OTS Conglomerate Policy Guidance Manual ; Provide support in OTS risk assessment processes including updating OTS Conglomerate Policy Guidance Manual conglomerate risk matrix and supervisory plans; present examination conclusions and required OTS corrective actions to management and board members; and assist with other related projects as required by OTS. The period of performance is October 1, 2008 through September 30, 2009 with 2 one year option periods. The OTS intends to solicit and negotiate with only one source under the authority of FAR 6.302 and FAR 13.5. A contract will only be awarded after determining that it is the most advantageous means of satisfying OTS's needs. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received with pricing and sufficient technical documentation to establish a bonafide capacity to meet the requirement received by 2:00PM EST, September 15, 2008 will be considered by the Government. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for competitive proposals and no solicitation document is available. Such information, if submitted, should be emailed Isabel.romancogswell@ots.treas.gov. QUESTIONS MUST ALSO BE SUBMITTED VIA EMAIL BY 2:00 P.M. EST, September 11, 2008. TELEPHONIC QUESTIONS WILL NOT BE ACCEPTED. If this procurement is competed, no additional synopsis will be published and a request for proposal will only be forwarded to the intended vendor and firms that respond to this synopsis of intent See Numbered Note 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d7fdce417559c573e03d919cd7937dc5&tab=core&_cview=1)
 
Place of Performance
Address: 1700 G Street NW, Washington, District of Columbia, 20552, United States
Zip Code: 20552
 
Record
SN01664090-W 20080911/080909221112-d7fdce417559c573e03d919cd7937dc5 (fbodaily.com)
 
Source
FedBizOpps 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.