Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
MODIFICATION

U -- Federal Financial Analysis Using MS Excel

Notice Date
5/6/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0026
 
Response Due
5/9/2003
 
Archive Date
5/24/2003
 
Point of Contact
Vernon Myers, Contract Specialist, Phone 910-432-7857, Fax 910-432-9345,
 
E-Mail Address
myersv@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is issued to respond to Contractor's questions - No changes to the solicitation have been made. Question - Must the instructors must be Certified as Defense Financial Managers, and is the certification awarded by DFAS? Answer - Yes, the DCSRM goal is reach 35% CDFM certification by the end of FY04. To help prepare employees for certification and to pass the 3 CDFM modules, the instructors should be CDFM certified. Certification is awarded by the American Society of Military Comptrollers (ASMC). Question - Training must occur in two (2) session 13-16 May and 20-24 May are these firm fixed training dates? Answer - Based on the workload, summer leave schedules and upcoming ABES submission timelines, May is only time that all 60 analysts will be available to attend training. Question - Are classes intended to be conducted in a formal classroom environment or as an informal over the shoulder hands-on workshop environment or a combination of the two? Answer - The expectation is that classes will be conducted in a formal classroom environment in specific blocks of instruction with stated goals, objectives and standards. Question - Training must be custom tailored to USASOC using organic reports and performance objective measures. Will the contractor have access to USASOC organic reports and performance measures prior to the training dates? Answer - Organic reports and performance objective measures will be provided to the trainers. No changes to the orginal solicitation have been made. The US Army Special Operations Command (USASOC) at Fort Bragg, North Carolina has a requirement for financial analyst training for all budget analysts, program analysts, and accountants. 17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 17(ii). The solicitation number USZA92-03-T-0026 is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The North American Industry Classification System Code (NAICS) is 611420. Size Standard is $6 million. 17(iv). This requirement is 100% set aside for small business. 17(v). This action is to provide required training to US Army Special Operations Command at Fort Bragg, NC. 17(vi). The contractor shall provide the following training: Two (2) classes of 30 students each - Topic - Financial analysis training using Microsoft Excel. Additional topics covered in this training must include: Financial Decision Making, Data Analysis Using Excel, Managerial Cost Analysis, Program Budget and Performance Integration, Analysis Using Balanced Scorecards, Budget Planning, Execution, and Control, Decision Making and Appropriations Laws, Presentation and Communication Skills. The training must include techniques on analyzing reports and data received from subordinate units and prepared for higher headquarter. The training must also include techniques on accurately displaying the information in an MS Excel format for ease of use and to teach analysts to be proficient in communicating this information to decision makers. The training should be custom tailored to United States Army Special Operations Command (USASOC) using organic reports and performance objective measures. Trainers must be Certified Defense Financial Managers (CDFM) certified. Quotes shall be submitted showing the price for tuition, materials (books, etc), travel, transportation, and Per Diem costs, and a total price. 17(vii) DELIVERY/ ACCEPTANCE: The trainers must be available to teach the course at Fort Bragg, NC, in a classroom environment over a 3-5 day period for each class. TRAINING PERIOD: The training MUST occur on: Class 1 (30 students) ? May 13-16, 2003, Class 2 (30 students) ? May 20-24, 2003. 17(viii). Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. 17(ix). . The provision FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the following factors shall be used to evaluate offers: Technical capability of the contractor to meet the Government requirements and price and price related factors. 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Jul 02) with their quote. The following FAR Clauses are applicable to this acquisition: 17(xi). Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 02) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 02) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq), 52.203-6 Alt I, 52.222-26, 52.232-33, 52.247-64; 52.219-6 Notice of Total Small Business Set-Aside; 52.252-6 Authorized Deviations in Clauses. 17(xiii). Additionally, the following clauses are applicable to this solicitation, 52.230-3 Gratuities, 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.247-34 F.O.B. Destination, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. 52.252-2 Clauses Incorporated by Reference ? the clauses may be accessed electronically at: www.farsite.hill.af.mil. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). QUOTES DUE: Signed and dated quotes referencing RFQ number USZA92-03-T-0026 must be submitted, no later than 0900 a.m. 9 May 2003, to CPT Vernon Myers via FAX (910) 432-9345 or email at myerv@soc.mil. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered training to include the price for tuition, materials (books, etc), travel, transportation, and Per Diem costs, and a total price (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. 17(xvii). The point of contact for this requirement is CPT Vernon L. Myers, Contract Specialist at (910) 432-7857, e-mail myersv@soc.mil
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: USA
 
Record
SN00319086-W 20030508/030506213652 (fbodaily.com)
 
Source
FedBizOpps.gov 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.