Premium Operations Support Services
ID: 16PBGC24R0012Type: Solicitation
Overview

Buyer

PENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPWASHINGTON, DC, 20005, USA

NAICS

Other Accounting Services (541219)

PSC

SUPPORT- MANAGEMENT: ACCOUNTING (R703)
Timeline
    Description

    The Pension Benefit Guaranty Corporation (PBGC) is seeking proposals for Premium Operations Support Services to assist its Financial Operations Department and Collection and Compliance Division. The contract aims to provide professional services that support PBGC's premium operations programs, including technical, financial, accounting, and auditing support, ensuring compliance with financial reporting standards and maintaining effective premium enforcement and debt collection activities. This procurement is critical for sustaining PBGC's financial management systems and delivering quality customer service to premium payers. Interested contractors must submit a Written Price Proposal and a Written Technical Proposal by November 4, 2024, at 11:00 AM ET, and direct any inquiries to Dennis Johnson at johnson.dennis@pbgc.gov or Don Sittman at sittman.donald@pbgc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Attachment BX: Sample Acronym List – TOR" serves as a comprehensive guide for acronyms utilized in federal government Request for Proposals (RFPs), federal grants, and state/local RFPs. It includes an extensive list of acronyms relevant to the Task Order Request (TOR) Template, with their definitions provided for clarity and contextual understanding. Notably, some acronyms are highlighted as subject to variation by contract. The list encompasses various sectors, including finance (e.g., AP for Accounts Payable, AR for Accounts Receivable), contract management (e.g., CO for Contracting Officer, COR for Contracting Officer’s Representative), and compliance (e.g., FAR for Federal Acquisition Regulation, FOIA for Freedom of Information Act). This reference is essential for ensuring uniform communication and understanding among stakeholders involved in federal and state contracting processes. The compilation aims to facilitate accurate documentation and reduce confusion in professional environments where precision is crucial. Overall, this acronym list is a valuable tool for professionals engaged in government contracting and compliance, ensuring that all parties share a common understanding of terminology in their collaborative efforts.
    The document titled "Attachment BX: Sample Acronym List – TOR" serves as a comprehensive guide for acronyms utilized in federal government Request for Proposals (RFPs), federal grants, and state/local RFPs. It includes an extensive list of acronyms relevant to the Task Order Request (TOR) Template, with their definitions provided for clarity and contextual understanding. Notably, some acronyms are highlighted as subject to variation by contract. The list encompasses various sectors, including finance (e.g., AP for Accounts Payable, AR for Accounts Receivable), contract management (e.g., CO for Contracting Officer, COR for Contracting Officer’s Representative), and compliance (e.g., FAR for Federal Acquisition Regulation, FOIA for Freedom of Information Act). This reference is essential for ensuring uniform communication and understanding among stakeholders involved in federal and state contracting processes. The compilation aims to facilitate accurate documentation and reduce confusion in professional environments where precision is crucial. Overall, this acronym list is a valuable tool for professionals engaged in government contracting and compliance, ensuring that all parties share a common understanding of terminology in their collaborative efforts.
    The document serves as a Deliverable Acceptance/Rejection Form for the Pension Benefit Guaranty Corporation (PBGC), facilitating the review process for deliverables related to various projects. The form requires the Contracting Officer's Representative (COR) to assess a specified deliverable by providing comments and indicating whether it is accepted (with or without comments) or rejected. Essential details include the deliverable name, agency and project names, task order/contract number, and various clauses outlining applicable data rights, such as Unlimited Rights, Restricted Software, and Limited Rights Data under the Federal Acquisition Regulation (FAR) and Department of Defense Acquisition Regulation Supplement (DFARS). Upon reviewing, the COR must sign and date the document, acknowledging the data rights associated with the deliverable. This structured process is vital for ensuring compliance with government procurement protocols and maintaining accountability in the provision and ownership of project deliverables.
    The Organizational Conflict of Interest (OCI) Statement outlines the requirement for offerors, subcontractors, consultants, and teaming partners involved in federal contracts to disclose any actual or potential OCI. It specifies that each party must complete and sign the OCI statement as part of their proposal in response to the Task Order Request (TOR) or Request for Proposal (RFP). The contractor must either affirm no known conflicts exist or provide details of existing conflicts along with a mitigation plan, if applicable. The definition of OCI, per FAR 2.101, describes situations where external relationships or activities may impair impartiality or create unfair advantages in performing contract work. Two samples of OCI statements are provided: one for the primary offeror and one tailored for subcontractors or consultants. Both samples emphasize the need for disclosure and the requirement for the point of contact to have the authority to bind the company. This document is crucial for maintaining integrity and transparency in government procurement processes, ensuring all parties involved are free from conflicts that could influence the outcome of contracts.
    This document is a Letter of Commitment related to a Task Order Request (TOR) or Request for Quote (RFQ) issued by the Pension Benefit Guaranty Corporation (PBGC). The letter serves as a formal affirmation by a proposed key personnel member, committing to their designated position upon the award of the contract. The signer confirms their current employment with the offeror and verifies the accuracy of information provided in the Key Personnel Qualification Matrix. They also indicate their readiness to commence work according to the specified project start date outlined in the TOR/RFQ. This commitment is essential in the context of government RFPs, where demonstrating qualified personnel and their availability is crucial for securing federal contracts. The document maintains a professional tone, emphasizing both accountability and compliance in the bidding process.
    The document serves as a template for preparing cost proposals in response to Requests for Quotations (RFQ) and Task Order Requests (TOR) for federal contracts. It emphasizes the need to tailor each worksheet to specific acquisitions based on labor task areas, estimated costs, and award fees. Key instructions include creating separate worksheets for each Labor Contract Line Item Number (CLIN) and deleting sample units prior to submission. The template also outlines the required categories for labor, the basis for direct labor rates, and associated indirect costs. Additionally, it addresses the delineation of tasks, personnel roles, and calculations for extended values and award fees. Overall, this comprehensive workbook is vital for ensuring accurate and organized submissions in line with federal acquisition processes, thereby aiding in contract bidding efficiency and compliance with government standards.
    The document outlines the Key Personnel Qualification Matrix required for a Request for Proposal (RFP), detailing the qualifications necessary for two key positions: a Supervisory/Senior Accountant and a Project Manager. Each position requires specific qualifications categorized as required and desired. For the Supervisory/Senior Accountant, core qualifications include a minimum of five years of general ledger accounting experience, a CPA certificate, and familiarity with financial reporting standards such as FASB or GASB. Meanwhile, desired qualifications include experience with audit deliverables. For the Project Manager, essential qualifications consist of five years of experience in managing professional staff in financial operations and a relevant bachelor's degree. Additional preferred experiences include expertise in automated invoice processing and managing accounting close processes. The structure involves listing the name, position, qualifications, security requirements, and rationale for each proposed personnel. This matrix serves as a comprehensive guide for evaluators in assessing the qualifications of personnel proposed by bidders in response to federal or state RFPs, ensuring alignment with contract labor categories and security expectations. The document exemplifies the federal government's systematic approach to evaluating contractor qualifications, emphasizing compliance and expertise.
    The document outlines a Corporate Experience Template, designed for federal requests for proposals (RFPs) and grants, which requires detailed information on the contractor's previous project experience. The structure includes sections for essential details such as awarding agency, contract specifics, funding amounts, contractor personnel, and roles. It emphasizes the need for a project overview, illustrating the scope, complexity, and relation to the tasks outlined in the RFP. Additionally, it mandates an explanation of roles and how they align with the terms of reference (TOR) requirements. This template serves as a critical tool for contractors to showcase their relevant experience and qualifications in a standardized manner, aiding federal and state entities in evaluating proposals effectively.
    The document presents a structured template for addressing questions and answers related to a government solicitation, specifically designed for offerors participating in federal and local RFP processes. Each template page includes sections for part numbers, paragraph numbers, titles, questions posed by the offerors, and the government’s responses, ensuring clarity and organization in communication. The format allows offerors to reference specific sections of the solicitation while submitting inquiries, facilitating precise feedback from the government. This approach aims to maintain transparency during the proposal process and assist bidders in understanding solicitation requirements better, thereby enhancing their responses. Overall, the template exemplifies a methodical approach to managing inquiries in government contracting, underscoring the importance of structured communication in procurement processes.
    The document outlines a structured approach to monitoring and evaluating various tasks related to premium filing, payment processing, and financial reporting within a government framework. Key focus areas include suspense processing, call center operations, monthly period close reports, and financial reporting metrics. Essential performance objectives involve timely resolution of premium issues, monitoring call center performance, and adhering to reporting schedules with a goal of minimizing errors. Each task is associated with measurable performance standards, such as response times, closure rates, and reconciliation efficiency, closely monitored through established methods to ensure compliance and accountability. The document emphasizes the importance of quality and schedule adherence in performance evaluations, identified through metrics like the CFO Metric Reports, Suspense Recon Reports, and various audit deliverables. Overall, it provides a comprehensive framework aimed at enhancing operational efficiencies and ensuring accurate reporting as part of federal initiatives, positioning it within the context of government RFPs and grants.
    The document outlines the attachments included with Request for Proposal (RFP) 16PBGC24R0012, emphasizing various templates and statements vital for applicants. Key attachments comprise the COR Designation Letter, an Acronym List, a Deliverable Acceptance-Rejection Report Template, and crucial compliance documents like the Organizational Conflict of Interest Statement. Additionally, templates for the Letter of Commitment, Price Workbook, Key Personnel Qualification Matrix, and Offeror Q&A are noted, although they'll be removed upon award. Also included are the Corporate Experience Template and Performance Metrics, contributing to evaluating proposals. This structure aids in the proposal process by providing necessary documentation and guidance for potential offerors, ensuring compliance and clarity throughout the competitive bidding process.
    The Pension Benefit Guaranty Corporation (PBGC) has issued Request for Proposal (RFP) 16PBGC24R0012, seeking contractor support for Premium Operations Support Services. Offerors are required to submit two components: a Written Price Proposal and a Written Technical Proposal, adhering to the specified instructions in the RFP. The submissions must be delivered via email to designated PBGC representatives, with a deadline set for November 4, 2024, at 11:00 AM ET. Additionally, any questions regarding the RFP need to be submitted via email by October 28, 2024, following the RFP's guidelines for formatting and referencing specific sections. The document emphasizes the importance of compliance with the specified deadlines and submission protocols. This RFP reflects PBGC's commitment to engaging qualified contractors for efficient operations support and ensures a fair and open bidding process for interested entities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PBGC Risk Management Early Warning (RMEW) Support Services
    Active
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is seeking information from qualified firms to provide Risk Management Early Warning (RMEW) Support Services, specifically focusing on end-to-end IT systems engineering and technical support for its Legal Matter Management system. The objective is to identify business partners capable of delivering system engineering, modernization, operations and maintenance, and continuous product improvement services for the RMEW, which is crucial for safeguarding retirement benefits for over 31 million workers and retirees. Interested vendors are invited to respond to the Request for Information (RFI) by demonstrating their capabilities, with submissions not exceeding five pages, and may include additional marketing materials. For further inquiries, Tracy Soforenko can be contacted at soforenko.tracy@pbgc.gov or by phone at 202-210-1622.
    Custodian Banking Services Draft Solicitation
    Active
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is issuing a draft Request for Proposal (RFP) for Custodian Banking Services, aimed at securing comprehensive custody services for managing approximately $68.1 billion in pension plan assets. The selected custodian bank will be responsible for asset safekeeping, transaction processing, performance measurement, and compliance with U.S. GAAP and federal regulations, ensuring robust financial management and accountability. This opportunity is critical for maintaining the integrity and security of pension assets, which are vital for millions of beneficiaries. Interested parties can direct inquiries to primary contact Diahanna A. Bradley at bradley.diahanna@pbgc.gov or secondary contact Au Nguyen at nguyen.au@pbgc.gov, with the understanding that this draft solicitation is for informational purposes only and does not commit the government to contract for any services.
    Barrier and Trend Analysis
    Active
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is seeking contractor support for a Barrier and Trend Analysis to enhance its equal employment opportunity (EEO) practices. The objective is to identify and eliminate barriers affecting the representation of specific gender, racial, and disability groups within PBGC's workforce, ensuring compliance with federal EEO standards. This initiative is crucial for fostering an inclusive work environment and aligning with the agency's commitment to diversity, equity, and inclusion. Interested vendors must submit their responses to the Request for Information (RFI) by 12:00 PM Eastern Standard Time on October 7, 2024, to the primary contact, Sierra Villanueva, at villanueva.sierra@pbgc.gov, or the secondary contact, Joseph Brummell, at brummell.joseph@pbgc.gov.
    PHARMACY BENEFITS MANAGEMENT SERVICES (PBM)
    Active
    Labor, Department Of
    The Department of Labor (DOL) is seeking proposals for Pharmacy Benefits Management (PBM) Services on behalf of the Office of Workers' Compensation Programs (OWCP). The procurement aims to establish a fixed-price contract that encompasses comprehensive management of pharmacy benefits, including prescription drugs, durable medical equipment, and diagnostic services, with a focus on cost control, transparency in drug pricing, and compliance with federal regulations. This initiative is critical for optimizing healthcare services and ensuring accountability in the management of pharmacy benefits for government programs. Interested vendors must submit questions regarding the RFP by October 21, 2024, and the due date for proposals will be announced in a subsequent amendment. For inquiries, contact Broderick Morris at Morris.Broderick@DOL.Gov or Helen A. Williams at williams.helen.a@dol.gov.
    Dental Insurance
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for a Dental Insurance Program to cover its employees, retirees, and their eligible family members. The procurement involves managing two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO), with responsibilities including underwriting, claims processing, and maintaining enrollment systems. This initiative is crucial for ensuring comprehensive dental care access for OCC personnel, reflecting the government's commitment to employee health benefits. Interested contractors must submit their proposals by October 21, 2024, with the contract period set from April 1, 2025, to March 31, 2026. For further inquiries, potential offerors can contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or Joey Barden at Joey.Barden@occ.treas.gov.
    Human Capital Support Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified contractors to provide Human Capital Support Services, focusing on areas such as Talent Acquisition, Transactions Processing, Records Management, Classification, and Medical Services. The GPO's Human Capital Office aims to partner strategically with agency management to enhance workforce quality and diversity while ensuring efficient and customer-focused service delivery. This procurement is critical for maintaining a motivated and committed workforce, with the contract expected to commence on February 3, 2025. Interested parties should note that the proposal closing date has been extended to November 11, 2024, and inquiries can be directed to Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov.
    R--Peace Corps - Contact Center Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center's Acquisition Services Directorate, is seeking proposals for Contact Center Services to support the Peace Corps' Office of Volunteer Recruitment and Selection. The primary objective is to enhance volunteer recruitment efforts by managing operations for the Pipeline Assessment Group (PAG), which includes lead generation, customer service, application processing, and performance evaluation. This procurement is set aside for Total Women-Owned Small Businesses under NAICS code 561422, emphasizing the government's commitment to inclusivity in federal contracting. Proposals are due by 3:00 PM Eastern Time on October 9, 2024, and interested parties can contact Michael McGuire at MIKEMCGUIRE@IBC.DOI.GOV for further information.
    Human Capital Support Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified contractors to provide Human Capital Support Services, focusing on various human resources functions including Talent Acquisitions, Transactions Processing, Classification, and Medical Services. The GPO aims to enhance its workforce by hiring six HR Specialists for Talent Acquisitions, two Senior Transactions Specialists, two Junior Transactions Specialists, two Transactions Assistants, six HR Specialists for Classification, and one Medical Technician. This initiative is crucial for GPO's mission to deliver efficient and customer-focused human resources solutions while maintaining a diverse and committed workforce. Interested parties should note that the deadline for submitting questions is September 30, 2024, and proposals are due by October 21, 2024, with all inquiries directed to Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov.
    Human Capital Support Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for a federal contract to provide Human Capital Support Services, focusing on staffing and administrative support. The procurement aims to hire a range of personnel, including six HR Specialists for Talent Acquisitions, two Senior and two Junior Transactions Specialists, two Transactions Assistants, and one Medical Technician, to enhance GPO's operational efficiency in human resources. This initiative is critical for ensuring compliance with federal HR policies while building a talented and diverse workforce to support GPO's mission of publishing and disseminating official government publications. Interested contractors should contact Sae Jeong at sjeong@gpo.gov or 202-512-2440, or Troy White at twhite@gpo.gov or 202-704-0665 for further details, with the contract anticipated to commence on November 15, 2024, under a multiple-year, firm-fixed-price agreement.
    SEC Supplemental Benefits Program
    Active
    Securities And Exchange Commission
    The Securities and Exchange Commission (SEC) is seeking potential sources to support the procurement of its Supplemental Benefits Program (SBP), which includes comprehensive dental and vision plans at no cost to employees, along with a voluntary benefits package. The contractor will be responsible for administering health benefits, ensuring compliance with federal regulations such as HIPAA and the Affordable Care Act, and processing claims for eligible SEC employees and their dependents. This program is crucial for providing secure and sustainable benefit offerings to full-time and part-time employees, as well as their spouses, domestic partners, and dependents. Interested parties should submit their responses and any questions regarding this Request for Information (RFI) by 12:00 PM (EST) on October 17, 2024, to the primary contacts J. Christie Branham at branhamj@sec.gov and Gabriel G. Aviles at Avilesg@sec.gov.