Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
MODIFICATION

R -- CNCS Assessment - Service Award Liability Calculation

Notice Date
8/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ-09-T-0039
 
Archive Date
9/18/2009
 
Point of Contact
Cynthia Vass-Frye, Phone: 2026066988, Brandon O Lorthridge, Phone: 2026067576
 
E-Mail Address
cvassfrye@cns.gov, blorthridge@cns.gov
(cvassfrye@cns.gov, blorthridge@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is a request for proposal (RFP), reference number CNSHQ-09-t-0039. The RFP document and incorporated provisions and clauses are those in effect through FAC 2005-36 dated August 11, 2009. This solicitation is synopsized as competitive. NAICS code 541611 applies. The Corporation for National and Community Service, 1201 New York Ave, Washington DC, intends to award a firm fixed price contract. Offerors shall submit proposals for the identified services in the following format: Line Item 0001 Description: Proposed Revision & Enhancement of Trust Model Quanity: 1 Unit of Issue: LOT Unit Price: Total Price Line Item 0002 Description: Documentation of Model and Its Use Quanity: 1 Unit of Issue: LOT Line Item 0003 Description: Independent Verification and Validation Quanity: 1 Unit of Issue: LOT Unit Price: Total Price Line Item 0004 Description: Bi-Weekly Progress Reporting Quanity: 1 Unit of Issue: LOT Unit Price: Total Price SUPPLIES OR SERVICES TO BE PROVIDED: This is a Firm Fixed Price (FFP) contract type that will be awarded via Open Market as set forth in the Statement of Work included herein. The award shall be made via the Lowest Cost Technically Acceptable (LCTA). This requirement is unrestricted. PERIOD OF PERFORMANCE: The period of performance for one (1) year. The duration will commence at contract award not to exceed one (1) year. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS: CONTENT AND FORMAT OF SUBMISSION - A proposal submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Corporate Overview •(a) Company's Professional History in relation to Statement of Work •(b) Company's Facilities and Staff in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to Statement of Work) (a) Understanding of the requirement; (b) Soundness of the task plan; (c) Ability to design, test and implement accurate and appropriately sophisticated econometric forecasting models for business use; (d) Ability to provide necessary documentation and technical support necessary so Corporation staff can adapt and use the model; (e) Key Personnel (Provide resumes representative of experience to support requirements within the Statement of Work); (f) Sample Task Plan: Sample task plan should not exceed 10 pages, excluding supporting documentation. Task plans should include an abstract and table of contents. The task plan should include as a minimum the following: · A brief statement of corporate capability specifically related to the tasks in this Statement of Work; · A brief statement of the capability of key staff for this task plan related to experience with microeconomic or financial modeling; time series analysis, forecasting, and dynamic systems modeling; database management; and technical writing and assistance as required in this Statement of Work; · A proposed work plan that includes a discussion of the firm's approach to accomplishing each of the tasks in the Statement of Work; · A document listing the current and proposed time commitments of all key staff assigned to this project to both federal and non-federal contractual obligations and consulting assignments. The document must include the names of key staff, the percentage of their time that is currently allocated to other contractual obligations and consulting assignment, and the percentage of their time allocated to this project. In addition, the document must also include the percentage of time currently proposed by the firm in all pending task plans for contracts and consulting assignments, and a statement of how this task plan will be affected if pending task plans are awarded. · A detailed timeline of activities and deliverables (not included in the maximum page limit); and · A detailed budget and cost task plan (not included in the maximum page limit). · The contractor shall prepare an overall cost estimate for the task order and separate cost estimates for each task. Supporting documentation shall include, but is not limited to: •- Resumes for key staff; •- Summaries of experience in similar tasks completed for other federal agencies or organizations, including a description of the scope of work, overall cost, availability and location of the final research product, and contact information. The supporting documentation may also include published reports or materials that illustrate the offerors' expertise in similar work. Evaluation of Task Plans Task plans will be evaluated based on the following elements: •1. Understanding of the requirement; •2. Soundness of the task plan; •3. Ability to design, test and implement accurate and appropriately sophisticated econometric forecasting models for business use; •4. Ability to provide necessary documentation and technical support necessary so Corporation staff can adapt and use the model; •5. Past performance; and •6. Price. Proposed costs will be reviewed for appropriateness and level of effort. Section 3: Past Performance/References Past Performance/References shall be similar in scope, size, and dollar value of this RFP. Past Performance/References must be submitted for current work being performed or work that has been done within the past two years. Past Performance/References may be from government or private industry clients. Summaries of experience in similar tasks completed for other federal agencies or organizations, including a At a minimum the following shall be provided for Past Performance/References: •· Program Office/Technical Point of Contact •· Telephone Number •· Duration of Contract •· Contract Dollar Value Section 4: Pricing Quotation **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY (1) U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted proposals shall be sent to the following email address: cvassfrye@cns.gov Cynthia Vass-Frye, Contracting Officer **It is the contractor's/offerors responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Thursday, September 3, 2009 at 11:00 AM Eastern Time. ** The supporting documentation may also include published reports or materials that illustrate the offerors' expertise in similar work. (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Listed below are the page restrictions by sections: Section 1- Corporate Overview shall not exceed five pages Section 2- Company's Technical Qualifications shall not exceed 25 pages plus Sample Task Plan shall not exceed 10 pages, excluding supporting documentation. Section 3- Past Performance/References shall not exceed five pages Section 4- Pricing Proposal shall not exceed five pages Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Resumes, Charts, Graphs, glossary of terms, exhibits, drawings, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8 th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contract Specialist at the following email address: Cynthia Vass-Frye, Contracting Officer at cvassfrye@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Proposal (RFP) Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. (2) Questions will be permitted from August 22, 2009 through August 27, 2009. Questions submitted after August 27, 2009 2:00 pm Eastern Time shall not be answered. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Proposal Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items in its entirety, and submit with proposal. **O fferors that submit proposals without the proposal cover page, ORCA/FAR 52.212-3 will be deemed non-responsive and will not receive consideration for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.217-8 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-36 FAR 52.232-33 FAR 52.222-53 STATEMENT OF WORK ASSESSMENT OF THE CORPORATION FOR NATIONAL AND COMMUNITY SERVICE'S SERVICE AWARD LIABILITY CALCULATION I. INTRODUCTION AND BACKGROUND The Corporation for National and Community service is a Government Corporation which provides grants and other incentives to states, local municipalities and not-for-profit organizations to help communities meet critical challenges in the areas of education, public safety, human needs and the environment. The Corporation requests proposals from qualified bidders to design and possibly implement enhancements to the model used to forecast liability incurred by the National Service Trust. The Corporation oversees three national service initiatives, and new flexibilities are needed in the forecasting model to accommodate changes in service programs, such as those reflected in the Edward M. Kennedy Serve America Act. AmeriCorps is the national service program that engages Americans of all ages and backgrounds in full-time and sustained part-time community service and provides education awards in return for such service. Senior Corps is a network of people age 55 and older who participate in the Foster Grandparent Program, the Senior Companion program, and the Retired and Senior Volunteer Program. These programs tap the experience, skills, talents and creativity of America's seniors. Learn and Serve America supports and promotes service-learning in schools, universities, and communities. Through structured service activities that help meet community needs; students improve their academic learning, develop personal skills and practice responsible citizenship. Edward M. Kennedy Serve America Act - signed into law on April 21, 2009 essentially authorizes the Corporation for National and Community Service and its programs through 2014 and stresses significant advancement for National Service including: (1) increasing AmeriCorps positions - including NCCC, VISTA and AmeriCorps state and national positions - to 250,000 by fiscal year 2017; and (2) a summer of service program providing a $500 summer of service education award (up to $750 for disadvantage youth) for 6-12 graders who complete 100 hours in an approved position. The Corporation has a number of systems and databases which support the financial and managerial needs of the programs and the Corporation. These include: Momentum Financials is an off-the-shelf web-based financial management system. eSPAN is a collection of internally developed systems and Oracle databases which covers the lifecycle of a program from initial application by the grantee through to payment of the member's education award and interfaces with Momentum. eGrants is a system used by all Corporation programs for online grant application submission, review, management, reporting, and closeout. My AmeriCorps Portal, launched in 2008, is a system used by all Corporation programs and members to update individual records in the eSPAN database. Also accessible to Institutions and members to make award and interest payment requests. The National Service Trust The National Service Trust Fund was established by the National and Community Service Trust Act (NCSA) of 1993. It is used to pay for the education awards and interest that accrues on qualified student loans for those who have completed approved terms of national service. Individuals who successfully complete terms of service in AmeriCorps programs earn education awards, which can be used to make payments on qualified student loans or for the cost of attendance at qualified educational institutions. The awards, which were available for use for a period of up to seven years (now ten years with the passage of the Serve America Act), are paid from the national Service Trust. The Trust also pays forbearance interest on qualified student loans during the period members perform community service. The Trust continues to pay residual awards under the discontinued President's Student Service Scholarship program. Award amounts may vary from year-to-year, and certain Senior Corps education awards will become transferable. Congress appropriates money each year to the National Service Trust. The Trust budget estimates take into account a number of factors: the net present value of funds which will be needed over the earning and usage periods, the percentage of members who will earn an award, and the percentage of members who have earned and award that will use their awards. The Edward M. Kennedy Serve America Act has mandated the expansion of National Service Trust to: Increase the amount of the Segal AmeriCorps Education Award by tying its value to the maximum Pell Grant (currently $5,350, but set to increase over time). Exclude Veterans' education benefits from being considered in determining the amount of an education award that may be disbursed. Allow an individual to receive up to the value of two full-time education awards (current law caps at first two awards, regardless of amount). Authorize $500 summer of service education awards for rising 6-12 th graders based on 100 hours of service ($750 for economically disadvantaged students). Sets maximum of two summer-of-service education awards, neither of which affects an individual's eligibility for Segal AmeriCorps Education Award. Summer-of-service education award may be used for same uses as Segal AmeriCorps Education Award, within 10 years of earning the award. Authorize $1,000 Silver Scholar education awards, based on 350 hours of service, for individuals age 55 and older. Extend authorized uses for education award to be used: (1) at educational institutions eligible for GI Bill educational benefits; (2) to repay loans made by state agencies and other lenders considered eligible under the Higher Education Act(codifying long-standing appropriations authority); or otherwise approved by the Corporation; and (3) for Education expenses at a Title IV institution outside definition of "cost of attendance" (such as elder hostel). Transfer of education award is permitted for individuals 55 or older to the individual's child or grandchild who meets the citizenship eligibility requirements for AmeriCorps and attains a high school degree before using. Recipient must use the education award within 10 years of its being earned. Re-codifies the Strengthen AmeriCorps Program Act (timing and recording of Trust Obligations). Funds recovered in connection with improperly certified education awards may be returned to the National Service Trust. The Corporation's financial statements are prepared under Generally Accepted Accounting Principles (GAAP) promulgated by the Financial Accounting Standards Board (FASB). The model's primary function is to provide a reliable estimate of the Corporation's GAAP liability that withstands audit scrutiny (e.g. liability is fairly stated in all material respects). In addition to the GAAP liability estimate, the model also provides an estimate of budgetary needs, given a proposed number of enrollments in AmeriCorps. The current Trust Service Award liability (TSAL) model was developed by PricewaterhouseCoopers (PwC) in 2001 and re-assessed by Econometrical in 2005. The model uses data captured via eSPAN to determine the most up-to-date experience within the Trust and project the needs on a prospective basis. It primarily functions to validate whether the current balance, plus appropriations will support a defined number of additional enrollments. An enhanced model of Trust liability should retain all capabilities in the current model including budget forecasting, and include additional features to reflect the recently enacted Edward M. Kennedy Serve America Act. The new model must also use the existing exogenous factors to be independently included or excluded from the liability calculations. There are several categories of service currently which have differing service requirements, and may have differing completion rates and usage rates. These differences in service category should be incorporated in the revised model as well as allowing for future categories of service. The current liability model allows for projections through program year 2011. The Corporation desires to improve the accuracy of forecasts and to extend the useful life of the liability model through program year 2030. II. PROJECT DESCRIPTION [Required] Task 1: Proposed Revision and Enhancement of the Trust Model The contractor shall implement changes to the model to better estimate the budgetary impact of Trust enrollments as well as provide better management information which can be shared with experts and lay people, alike. The input sheet must allow for data through 2030. The new model must support program changes resulting from the Edward M. Kennedy Serve America Act (the Act), such as the plan to expand service opportunities for Americans of all ages toward increasing AmeriCorps members to 250,000 by 2017, ties the Segal AmeriCorps Education Award to the amount of a Pell Grant, currently $5,350, and to support members who may now work more than two terms, full time, part time, reduced part time, quarter time or minimum time, as defined in the Act including the extension of awards after 10 years. The enhanced model must have greater granularity in the calculations by providing distinct results for the AmeriCorps, VISTA and NCCC programs, and service categories, including fulltime, part time, reduced part time, quarter time and minimum time. The review and proposed revisions must continue to use an Excel workbook and be documented to describe the methods and assumptions used and processes performed in determining costs. Summary of Needed Changes to Current Model Current Model Expires in FY 2011. New Model needs to extend for 20 years added active life. Current Model calculates the Trust Service Award Liability on a quarterly basis. New Model needs to calculate the liability on a monthly basis. Current Model has 3 service award categories (Full Time, Part Time, and Reduced Time). New Model needs to expand categories to Full Time, Half Time, Quarter Time, Reduced Time, Minimal Time, Senior Award, and allow for 3 additional service award categories that may be defined in future legislation. A service award category is distinguished by award entitlement amount, earning pattern and usage pattern. Current Model has a fixed Award amount for Full Time Awards for all program years. Part Time and Reduced Time amounts are calculated as a percentage of the Full Time Amount. The new model must allow for a varying base award amount for each program year (based on Pell Grant amount or other factor) for each category of service. Current Model is based solely on category of service. New Model needs to differentiate between programs as well as categories of service. Programs to be included in the new model are: AmeriCorps State and National, VISTA, NCCC, Learn and Serve, Internal Ed Award Only Programs, External Ed Award Only Programs, Promise Fellows, Silver Scholars, Serve America Fellows as well as allowing for the addition of three (3) to be defined programs. Current Model Outlay types are Service Awards, Interest Forbearance and Presidential Scholarships. New Model will use the same outlay types. Current Model exogenous factors are Population age 16-29 and Education enrollment Totals which may affect usage patterns. New Model will use the same exogenous factors. Current Model allows exogenous factors to be included or excluded as a whole from the liability calculations. New Model should allow exogenous factors to be independently included or excluded from the liability calculations. Current Model applies net present value to forecast future award requirements in determining the current liability. New Model should continue current processes for forecasting based on actual enrollment and outlay data discounted to the net present value. Current Model output is used for budget formulation and reporting on trust operations. New Model will provide the same capability for budget formulation and reporting on trust operations. Current Model is contained within an excel workbook. New Model will be contained within an excel workbook. [Required] Task 2: Documentation of the Model and its Use The contractor will fully document the workings of the revised and enhanced model and the impact of changing assumptions. This documentation should enable Corporation staff to use the model and adapt it in response to changing circumstances and assumptions. [Required] Task 3: Independent Verification and Validation The contractor shall arrange for a review of the revised model that provides a report attesting to its accuracy, completeness and consistency in performance against standards for all formulas over the extended life of the model. The resulting report must be suitable for submission to the Corporation's financial statement auditors to demonstrate the validity of the model. [Required] Task 4: Bi-Weekly Progress Reporting While performing this assignment, the Contractor shall discuss its progress with the COTR at least every other week. At least 24 hours prior to these briefings, the Contractor shall provide a written summary of it progress, issues that have arisen during performance of the tasks, and any findings to the COTR. III. REQUIREMENTS The Contractor must provide hands on expertise in the following areas: Database management, so that reports that are regularly generated from the Trust can be automatically incorporated into the model; Microeconomic or financial modeling expertise, to build an appropriate model of individual-level decisions to enroll, complete service, and use the education award, given the current and persistent influences of external factors; Expertise in econometrics, especially time series analysis, forecasting, and dynamic systems modeling; and Technical writing and assistance, so that the model is appropriately documented and so that its functionality is accessible to the management team for the Trust. Successful completion of this Task Order is dependent upon the Contractor's effective demonstration of: •· An understanding of the Corporation's financial processes; •· An understanding of the Corporation's National Service Trust and the underlying activities of such; •· The ability to provide coherent, cost-effective recommendations to improve the service award projection model and associated documentation; and •· The ability to communicate effectively, clearly and concisely both orally and through written communications in order to document the review processes and methodology used to carry out assigned tasks. IV. IMPLEMENTATION PROCEDURES Duration of Tasks: September 2009 - September 2010 Place of Performance: Contractor's facility and Corporation Headquarters: 1201 New York Avenue, NW Washington, DC 20525 Contractor shall provide all personal necessary to work with the Corporation's financial management staff to accomplish the tasks specified. When necessary, the Corporation will provide workspace, telephones, computers and other office support necessary to accomplish the tasks. The Contractor shall: Supervise staff assigned to the task and ensure that staff are responsible for the assignments received, assignment and mechanics involved in gathering information are understood; work is accurate and performed timely within established timeframes and any issue requiring resolution are brought to the attention of the COTR. Period of Review: The contractor is responsible for ensuring that work products are complete, timely, accurate, of a high quality and meet the Corporation's needs. The Contractor shall meet weekly with the COTR and CFO to report on progress or obstacles that may delay the successful completion of a task. V. PROPOSED SCHEDULE OF TASK AND DELIVERABLES The contractor shall include a detailed schedule of task and deliverables in the proposal. The proposal schedule of task and deliverables below is designated to convey the general expectations of the Corporation and to assist contractors in developing their task plans. AED = After Effective Date TASK DATE Task 1. Proposed Revision and Enhancement of the Trust Model 0-4 Weeks AED Deliverable: Summary Memorandum of Kick-off Meeting 4 Weeks AED Task 2. Documentation of Model and its Use Deliverable: Complete documentation of the Model and its use. 4 -24 Weeks AED Task 3. Independent Verification and Validation of model. Deliverable: Complete verification and validation reports 48 Weeks AED Task 4 Bi-Weekly Progress Reports Bi-Weekly [END STATEMENT OF WORK]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ-09-T-0039/listing.html)
 
Place of Performance
Address: 1201 New York Avenue NW, Wasington, District of Columbia, 20525, United States
Zip Code: 20525
 
Record
SN01923302-W 20090826/090825000737-3a0a9850cecddf548a3d332bd00e79ec (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.