Uniform Commission Examination (UCE) Validation services

From: Federal Government(Federal)
2031JW24N00003R

Basic Details

started - 15 Apr, 2024 (18 days ago)

Start Date

15 Apr, 2024 (18 days ago)
due - 20 May, 2024 (in 16 days)

Due Date

20 May, 2024 (in 16 days)
Bid Notification

Type

Bid Notification
2031JW24N00003R

Identifier

2031JW24N00003R
TREASURY, DEPARTMENT OF THE

Customer / Agency

TREASURY, DEPARTMENT OF THE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SYNOPSIS The United States Office of the Comptroller of Currency (OCC) is conducting market research to determine feasibility for a potential procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry contractors regarding their interest, capabilities, and recommendations for to acquire Uniform Commission Examination (UCE) Validation services. The North American Industry Classification System (NAICS) code for this request is 541611 for Administrative Management and General Management Consulting Services. The small business size is $24.5 million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; 8(a) small business; HUB Zone small business; service-disabled veteran-owned or veteran-owned small businesses; women-owned or economically disadvantaged women-owned small business; or small disadvantaged business in order to assist the
government in determining the appropriate acquisition method, including whether a set-aside is possible. QUESTIONS Scope Specific: 1. Please provide feedback and suggested revisions to the attached draft statement of work (SOW). 2. Please provide possible solutions and approaches that may currently exist in the marketplace, along with information on innovative ideas or concepts for delivering the service in question. 3. Please provide proposed formats for the required contract services/deliverables. 4. Please provide the following sample documents: • Capability Statement • Examples of reports to other customers that are similar to this SOW Required Contract Deliverables, if available. 5. Please estimate the amount of lead time a vendor would need before beginning to administer the services. 6. Please provide reasonable performance metrics for the required tasks. 7. Please describe your Information Security and Privacy Requirements practices. 8. Please provide industry norms for the American Institute of Certified Public Accountants (AICPA) Statement on Standards for Attestation Engagements (SSAE) 18 compliance, including your company’s practice. 9. Please estimate the labor category and number of hours necessary to meet the optional “Reasonable Accommodations” and Consultation Services” sections of the SOW. 10. Please describe marketplace abilities and processes for asking scaled questions to survey recipients. 11. Please discuss any methods used by the marketplace for assessing the commissioning, certification, and credentialing processes. 12. Does your company have a physical common site where employees routinely work? 13. Does your company utilize physical servers for data storage or use a cloud-based system? Contracting Specific: 1. Company Background - Provide summary information including company name, Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code, and designated point of contact's name, title, email address and phone number. 2. Is your company registered in the System for Award Management (SAM) (www.sam.gov) to do business with the Federal government? If so, what is you SAM Unique Entity ID (UEID) number? When does your current SAM registration expire? Is your company registered in SAM as a Small Business or any of the socio-economic categories (Woman Owned, 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Owned, etc.)? 3. Does your company have a GSA federal supply schedule contract or any other Governmentwide Acquisition Contract (GWAC) that provide the required product/services? If so, please provide that information to include agency and contract number. 4. NAICS Code, Size Standard, Product Service Code (PSC), and Company's Business Type Classification under NAICS Code - Provide recommended NAICS Code, if you feel the one listed is not accurate, to include Size Standard and your Company's Business Type Classification under the recommended NAICS Code (e.g. large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, etc.). Provide recommended PSC. 5. Solution and Service Overview - Describe services available through your organization and provide a statement of capability demonstrating your ability to meet the requirements outlined in the scope of work. Describe any other additional tasks/services you think are essential to the project as described. 6. What would the estimated price (rough order of magnitude) be for the requirement in the draft SOW? Please provide a price breakdown to include a base and optional line items to provide assessment services as outlined above. Provide price lists or catalogs. If applicable, provided information on volume discounts, prompt payment discounts, contract financing, and payment methodology. Provide recommendations on potential contract line item number (CLIN) structure and if the requirement is suitable for hybrid (firm fixed-price and labor hour line items) contract. 7. Other Information (e.g., commercial practices, market information, capabilities for planning purposes, subcontracting, etc.) - Provide information on: • Commercial practices (e.g., licensing restrictions, licensing restrictions upon termination, limitation of liability, retention of data from databases, etc.). A copy of a license agreement if applicable. • Vendor's possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts regarding the product or service in question; • Commercial practices regarding industry evaluation of/or measuring performance; and • Subcontracting possibilities, specifically for small businesses. INSTRUCTIONS AND RESPONSE GUIDELINES The response must be specific to each of the Request for Information (RFI) requirements, listed above to demonstrate that the respondent has the requisite skills and experience. Experience is requested of qualified, prime respondents only; partner or team member capabilities should not be included. Responses to this RFI shall not exceed 25 pages and must clearly describe the contractor’s capabilities in relation to acquiring UCE Validation services in support the OCC. Responses must be submitted electronically, viewable in the most current version of Adobe PDF, printable on 8.5” x 11" paper, in an 11-to-13-point font, with margins at least 1⁄2 inch, and with each page containing a page number in the footer or header. This RFI is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal/Request for Quote (RFP/RFQ) or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the contractor-sponsored demonstration or the Government's use of such information. Contractor’s responding to this RFI should submit the information necessary for the Government to make a determination that the source is capable of satisfying the Governments anticipated need. Acknowledgment of receipt of responses will be made once a response is received. However, respondents will NOT be notified of the Government's evaluation of the information received. Should a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with 2031JW24N00003R and are due no later than Monday, May 20, 2024, 11:00 AM ET. All interested parties must submit their responses via email to: John R. Baumert and Erika Eam via email at john.baumert@occ.treas.gov and erika.eam@occ.treas.gov. Questions regarding this RFI will NOT be entertained. Telephone calls or emails regarding this RFI will not be accepted. This RFI is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.

Washington, DC, 20024, USALocation

Place Of Performance : Washington, DC, 20024, USA

Country : United StatesState : District of Columbia

You may also like

Transportation Services

Due: 10 May, 2024 (in 6 days)Agency: STATE, DEPARTMENT OF

TO PROCURE CONFERENCING SERVICES FROM TRIBE & TRADEMARK HOTEL FOR USAID KEA

Due: 30 Sep, 2024 (in 4 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541611
Classification CodeCode R408