Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

R -- DoD Overseas Military Banking Program

Notice Date
5/19/2022 10:07:55 AM
 
Notice Type
Solicitation
 
NAICS
522110 — Commercial Banking
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
OMBP2
 
Response Due
6/16/2022 12:00:00 PM
 
Archive Date
04/01/2023
 
Point of Contact
Ms. Dana L King, Contracting Officer, Phone: 6147013196, Mr. William Mark Mayo, Contracting Officer, Phone: 6147012774
 
E-Mail Address
dana.l.king4.civ@mail.mil, william.m.mayo8.civ@mail.mil
(dana.l.king4.civ@mail.mil, william.m.mayo8.civ@mail.mil)
 
Description
AMENDMENT 2: - HQ0423-22-R-0008 The purpose of this Amendment is to extend the Proposal Due Date.� The following is provided: The Department of Defense, Defense Finance and Accounting Service, is seeking a financial institution to perform a Cost-Plus-Fixed-Fee (CPFF) contract for the day-to-day operations of the Overseas Military Banking Program (OMBP).� The incumbent Contractor has advised the Government that they do not intend to submit a proposal for this requirement.� To date, no other financial institutions have submitted a proposal nor have any indicated an interest in competing for this requirement.� The Government is extending the Proposal Due Date for another four weeks to: Thursday � June 16, 2022 at 3:00PM EST� to further engage industry on this requirement. The Contract and OMBP operations have the following important characteristics: Costs:� All costs of operation, including personnel costs, are reimbursable to the Contractor. Personnel:� Per Federal Acquisition Regulation clause 52.237-3 �Continuity of Services�, the existing Contractor shall allow as many personnel as practicable to remain on the job and allow a successor Contractor to conduct on-site interviews with employees.� This includes personnel in the U.S. and overseas. Subcontracts: Existing contracts to perform contract requirements are transferable to a new Contractor. Systems and equipment: Systems and equipment needed to perform the Contract requirements are transferable to the new Contractor. Facilities:� All facilities to perform contract requirements are provided by the Government or, if acquired for use by the Contractor in performance, are reimbursable to the Contractor. Logistical support: �The Government provides logistical support at overseas locations to include protective services, utilities, use of military post offices, storage facilities, maintenance of facilities, and alarm systems. Corporate offerings:� Upon Government approval and at no cost to the Government, in some instances the Contractor may market services of the Contractor�s corporate financial institution to individuals. Brand recognition:� Upon Government approval, the Contractor may display their corporate name and logo subscript to �Community Bank, operated by� on signage, webpages, and other material. AMENDMENT 1 - HQ0423-22-R-0008 The purpose of this Amendment is to amend RFP HQ043-22-R-0008 for the OMBP requirement.� This amendment reflects the Government's amended RFP Attachment J-4 hyperlink errors and J-24 which prescribes the use of $500,000 as the estimated cost for the OMBP �Equipment Purchases� (Worksheet A � Total Proposed Cost & Fixed Fee) for each year in the base year and nine one-year option periods ($250,000 for the six-month extension) during the period of performance in the RFP.� Offerors are to use the $500,000 prescribed baselines in cost proposals and include in Worksheet A of Attachment J-24.� Additionally, �Equipment & Software"" is amended to read ""Equipment & Software O&M"" on Worksheet C and Worksheets C-1 through C-7. PURPOSE:� The Department of Defense (DoD) has a requirement to provide banking services to DoD overseas military installations. The Defense Finance and Accounting Service (DFAS) is issuing this Request for Proposal (RFP) to fulfill this requirement which it intends to manage as the DoD Overseas Military Banking Program (OMBP) through the DFAS, Program Management Office (PMO). The OMBP provides banking and financial services for United States (U.S.) forces deployed as well as DoD civilians assigned to overseas locations in a number of allied countries.� The services provided are similar to those found in the U.S., but attuned to the dual currency environment found at most overseas locations.� The DoD OMBP, was created to assure such services are provided to maintain the necessary quality of life of assigned overseas personnel, in an effective and efficient manner. PLACE OF CONTRACT PERFORMANCE: There are multiple places of performance.� The operational area for banking services includes:� Cuba, Diego Garcia, Germany, Honduras, Italy, Japan, Korea, Kwajalein, Netherlands, Okinawa, and United Kingdom.� CONTRACT TYPE: At this time, this requirement is anticipated to be a single award C-Type Cost-Plus-Fixed Fee (CPFF) contract with a base period of one year (12 months) and nine one-year option periods.� ANTICIPATED PERIOD OF PERFORMANCE (PoP):� DFAS will award a 10-year contract, with an anticipated PoP of April 1, 2023 � March 31, 2033 Questions Due Date:� June 2, 2022 at 3:00 PM EST� Questions must be emailed to Ms. Dana King at dana.l.king4.civ@mail.mil and Mr. William Mark Mayo at william.m.mayo8.civ@mail.mil. All questions submitted and government responses will be posted to SAM.gov.� DFAS will only respond to untimely questions at its discretion and does not intend to extend the due date or time for proposal submissions as a result of questions received. Proposal Due Date:� June 16, 2022 at 3:00 PM EST Offeror proposals shall be submitted electronically, on or before the proposal due date, to the Government via DoD SAFE (Secure Access File Exchange) at https://safe.apps.mil/ and directed to Ms. Dana King and Mr. William Mark Mayo.� Use of DoD SAFE requires the Offeror to receive a �drop-off request� from an inside (i.e., government) user.� The Offeror must email the Government POCs:� Ms. Dana King (Primary) and Mr. William Mark Mayo (Alternate) at:� dana.l.king4.civ@mail.mil and william.m.mayo8.civ@mail.mil to request a �drop-off request.�� After the Government POC generates a �drop-off request� for the Offeror, the Offeror will receive an email with a link to submit their �drop-off� for proposal submission.� Proposals must be directed to both the Primary and Alternate POCs. Certain Section J attachments are considered procurement sensitive and are only available upon request.� To obtain copies of these attachments (as identified below) please complete the Confidential Non-Disclosure Agreement (NDA) at Attachment J-21 and return it via email to Ms. Dana King at dana.l.king4.civ@mail.mil and Mr. William Mark Mayo at william.m.mayo8.civ@mail.mil. Upon receipt of the completed Non-Disclosure Agreement, the following Section J attachments will be forwarded to the requester via email: J-16������������ OMBP Government Property J-17������������ DoD OMBP Program Management Report (REDACTED) J-18������������ OMBP Information Systems Architecture Overview J-19������������ ATM Lifecycle Information � Sort by Country� J-20������������ ATM Lifecycle Information � Sort by Build Date The current Contractor operates approximately 60 military banking facilities and approximately 276 ATMs, in the aforementioned locations, as well as a district office in Germany, and a district office in Korea.� The current Contractor also maintains a stateside operations center.��� Banking Services Include:� Individual Banking Services:� The Contractor provides U.S. dollar checking and/or savings accounts; cashier checks, drafts, and certificates of deposit; cashing of �U.S. Treasury and other checks; selling/repurchasing of local currency; personal loans; wire transfers, and the operation of automated teller machines (ATMs) connected to major networks, in the U.S.� Services for DOs:� The Contractor accepts deposits for credit to the U.S. Treasury, provides U.S. currency, local currency, operates currency custody accounts when authorized by the DoD, and provides local currency checking account services. Services for NAFIs:� The Contractor provides checking account services, U.S. currency, local currency, interest-bearing time deposits, and accounts and wire transfers.��������� During the performance period of the anticipated requirement, the Contractor will provide banking services similar to banking industry standards and provide periodic reports to the Government.� Cost:� There are three elements of the total Contract price/cost, the Contractor�s fixed fee, bad debt write-offs, and banking operation costs.� Fixed fee and bad debt are both funded by the Military Services using appropriated dollars, and the banking operation costs are funded by revenue generated inherent to banking operations. The goal from a cost perspective, is to generate enough revenue to cover all costs associated with banking operations.� SYSTEM FOR AWARD MANAGEMENT (SAM):�In accordance with FAR 52.204-7, System for Award Management, registration is required in the SAM database located at https://sam.gov/. �For SAM Customer Service, contact the Federal Service Desk at:� www.fsd.gov or 866-606-8220. Questions related to this RFP should be directed/sent to Ms. Dana King at: dana.l.king4.civ@mail.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81296cc4f0e242eba433904c351c2942/view)
 
Record
SN06332159-F 20220521/220519230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.