The RFP Database
New business relationships start here

Federal Employee Retirement Classes


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
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. The solicitation number for this procurement is N00174-19-Q-0028 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 (This FAC # changes and can be found at FAR Site). This announcement will be issued as a combined synopsis/solicitation.  The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Lowest Price Technically Acceptable. The North American Industry Classification System (NAICS) code is 611430. The SB size standard for this code is $11,000,000.00.


CLIN0001 - 1 ea: 

Federal Employee Retirement Classes

 

•a.      Pricing for Basic Year:    Please refer to SOW for schedule of classes

•b.      Pricing for Option 1:        Please refer to SOW for schedule of classes

•c.       Pricing for Option 2:        Please refer to SOW for schedule of classes

•d.      Pricing for Option 3:        Please refer to SOW for schedule of classes

•e.      Pricing for Option 4:        Please refer to SOW for schedule of classes

 

 

 

Suggested Source:  Wienken Advisors LTD.

 

 

Statement of Work

for

On-Site Retirement Training Course


 


Background:


The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is committed to offering career enhancing training for its employees. The Workforce Development Branch is responsible for coordinating employee training and career development opportunities.  Courses are offered via instructor-led training on site or at various vendor sites.  It is important for a retiring employee to understand his/her responsibilities, opportunities and deadlines for action.  This course will provide the requisite knowledge needed to assist employees with this process.


 


Purpose:


The purpose of this Statement of Work is to provide full service, instructor led retirement courses.  Course content should provide information covering retirement options to include the Civil Service Retirement System (CSRS), Federal Employee Retirement System (FERS), the Thrift Savings Plan (TSP), Social Security benefits and spousal/survivor benefits.


 


Requirements:


The course should address concerns for a broad range of employees from new hires, mid-career employees and employees within five to ten years of retirement.  The course should provide employees with useful information concerning their retirement benefits and options.  The course should explain CSRS and FERS eligibility, rules and requirements. It should cover various topics to include but not limited to:  voluntary/immediate retirement options; phased retirement options and considerations; creditable civilian service issues; paying for military service periods; computation of offset annuity; survivorship election needs and considerations; understanding the Thrift Savings Plan; understanding Social Security benefits and options and the taxation of Government pensions.  This course should be available for a minimum of 35 and a maximum of 65 employees per class and allow employee spouses to attend and not count towards the total class allotment.  The length of the course should be two (2) consecutive eight (8) hour days. The two-day course shall be held on separate dates, several times a year, with specific dates to be agreed upon by the Government TPOC and the Contractor.


 


Course materials for these classes shall be provided by the Contractor.


 


Location:

The course shall be conducted on-site at NSWC IHEODTD, Indian Head, MD.  The facilities and equipment, including rest rooms, will be accessible to individuals with disabilities and meets all Americans with Disabilities Act of 1990 requirements.

 

 

 

All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount.  Offeror that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

 

          


FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5  Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, FAR 52.217-8 - Option to Extend Services;  FAR 52.217-9-Option to Extend the Term of the Contract;  FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns ; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;  FAR 52.222-36, Affirmative Action for Workers with Disabilities ; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests.


Points of contact:


Contract Specialist/Administrator:


Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055


E-Mail: brandi.sorzano@navy.mil


IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Response Time- Request for Quotation will be accepted at the NSWC Indian Head, 4081 N. Jackson Rd. Bldg. 841 Indian Head, MD 20640-5070 not later than 0900 (09:30 a.m.) Eastern Standard Time on 06 May 2019. All quotes must be marked with RFQ number and title.

 

 


Brandi L. Sorzano, Contract Specialist, Phone 3017446908, Email brandi.sorzano@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP