Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

R -- ACCOUNTING TECHNICIAN

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-04-014-REL
 
Response Due
3/19/2004
 
Archive Date
4/3/2004
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)) and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-04-014-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The associated North American Industry Classification System code is 561320 and the small business size standard is $11.5 million. PRICE SCHEDULE: Offers should be submitted for BASE YEAR: 1040 hours @ $________ per hour = $__________ - OPTION ITEM: 80 Overtime hours @ $________ per hour = $__________; OPTION YEAR ONE: 2080 hours @ $________ per hour = $__________ - OPTION ITEM: 80 Overtime hours @ $________ per hour = $__________; OPTION YEAR TWO: 2080 hours @ $________ per hour = $__________ - OPTION ITEM: 80 Overtime hours @ $________ per hour = $__________; OPTION YEAR THREE: 2080 hours @ $________ per hour = $__________ - OPTION ITEM: 80 Overtime hours @ $________ per hour = $__________; OPTION YEAR FOUR: 2080 hours @ $________ per hour = $__________ - OPTION ITEM: 80 Overtime hours @ $________ per hour = $__________. STATEMENT OF WORK: The purpose of this acquisition is to contract for an Accounting Technician for the Billings Area Financial Management Branch, 2900 Fourth Avenue North, Billings, Montana. The Contractor shall work directly with the International Merchant Purchase Authorization Card (IMPAC) Credit Card Coordinator in the Billings Area Office and the IMPAC credit cardholders at the Area Office and Indian Health Service (IHS) Service Units. The Contractor will receive cardholder statements after payment has been made to the Government IMPAC credit card company. Receives and reviews credit card requisitions that are listed on each credit cardholder?s statement after funds have been obligated into the CORE Accounting System. Ensures correctness of invoices and credit card statements and other supporting documentation. Verifies and audits amounts shown on payment documents with original obligation document. Reviews documents to ensure they are authorized in accordance with regulations and charged to the applicable appropriation/allowance. Performs reconciliation of cardholder statements with accounting/payment records. Determines that statements have been processed properly and that payment for the items listed on the statement are in accordance with the terms and law and does not preclude conditions of the contracts and applicable regulations. Suspends and/or disapproves items of cost which lack adequate explanation or documentary support for definitive audit. Prepares the reconciliation and adjustment of accounts to ensure that payments do not exceed the authorized amount. Records payment information, assigning appropriate transaction codes for direct entry into the CORE Computerized Accounting System. Maintains unliquidated obligation documents, reconciles and prepares necessary correcting entries for all requisitions, which have been partially completed and not liquidated. Liquidates obligations when closing requisitions and searching the records for erroneous obligations on the open document file. Adjusts and annotates the open document listing when necessary for correction entry into the CORE Accounting System. Prepares correspondence to credit cardholders and Approving Officials at the IHS Service Units to obtain missing information, supporting documents, special certifications, and requests additional information as needed to finalize processing of entries. Prepares journal vouchers to correct or adjust prior entries into the accounting system by backing out data from the system and transcribing the correct data. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge of the policy and procedures of the Government-wide Commercial Purchase Card Program. Knowledge of accounting procedures related to appropriation funding allotments, obligations and disbursements, and the ability to analyze the interrelationship of accounts that are affected by varied transactions. Knowledge of transaction and document accounting symbolic codes, account structures, and procedures for setting up and liquidating obligations. Knowledge of accounting system sufficient to follow individual funds and the capability to trace discrepancies in the CORE Accounting System. Knowledge of procedures used to enter, modify, retrieve, and delete information in the CORE Accounting System. Knowledge and ability to resolve unusual or exceptional situations. Knowledge of agency regulations, procedures, and policies. And, knowledge of the Prompt Payment Act. SUPERVISION: The Contractor is subject to the supervision and direction of the Financial Management Specialist or her designee. The supervisor will define the assignments with procedures and methods to be used, priorities and deadlines. The supervisor will assist the Contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations, and timeliness. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 6-month period with the option to renew for 4 successive 12-month periods. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a computer, supplies and telephone; (2) when authorized, travel costs and any other transportation expenses, in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (3) if necessary, authority to use a General Services Administration (GSA) vehicle, for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator?s packet furnished with each vehicle. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Billings Area IHS Personnel Office. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) Resume or OF-612/OF-306, Application for Federal Employment ? 30 POINTS; (2) Past and current experience with Government accounting systems, policies, and procedures including examination, verification, and maintenance of accounts and accounting data, and technical audits ? 30 POINTS; (3) Hourly Rate ? 30 POINTS; and (4) Two Letters of Reference ? 10 POINTS. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.212-4, 52.212-5, 52.215-5, 52.217-7, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. The offeror shall agree to hold the prices firm for 90 days from the date specified for receipt of offers. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on March 19, 2004. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108.
 
Record
SN00536427-W 20040306/040304222057 (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.