Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
MODIFICATION

R -- High Level Management Support Services

Notice Date
7/28/2004
 
Notice Type
Modification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Acquisition Services, Arlington, 1931 Jefferson davis Highway, Crystall Mall 3, Room 905, Arlington, VA, 22240
 
ZIP Code
22240
 
Solicitation Number
DSAM40058
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
Point of Contact
Mark Gaillard, Contracting Officer, Phone 703-602-4894, Fax 703-607-1573,
 
E-Mail Address
mark.gaillard@dfas.mil
 
Description
This sources sought is not for the BMMP Cross Domain Integration (CDI) effort that was described in the Request for Information (RFI) that was announced in the Fall of 2003. This sources sought is not for a follow on effort to the current BMMP work. This is a separate action with an estimated range between $200,000 and $500,000. Interested vendors meeting the requirements outlined in the below Statement of Work and possessing the ability to accomplish all tasks in the SOW may respond to the Contracting Officer, Mark Gaillard via email at mark.gaillard@dfas.mil no later than August 9, 2004. Responses need only include the vendors name and point of contact information. STATEMENT OF WORK Section 1 - Background The Department of Defense (DoD) has begun an enterprise-wide transformation to improve its business and financial management operations. One of the goals of the transformation is achieving an unqualified audit opinion on the FY 2007 DoD Agency-wide Financial Statements. To assist the Department in achieving this goal, the Secretary of Defense established the Business Management Modernization Program (BMMP), which is leading the transformation. One of the primary objectives of the BMMP is the development of the DoD Business Enterprise Architecture (BEA). The BEA will provide the ?roadmap? that will guide DoD decision-makers through the transformation and modernization of its business processes and systems. Essential to obtaining an unqualified opinion on the FY 2007 financial statements, the Department must also aggressively resolve many Material Weaknesses while incrementally implementing the BEA. Section 2 - Objectives The overall objective is to assist the Director, BMSI, in creation of, and monitoring execution of, an integrated business transformation plan for DoD, focused on those functional priorities represented in the BMMP Increments. This overall business transformation plan shall be focused on capabilities required by the Department, and the associated policies, procedures, processes, and IT systems and interfaces. The requirements and objectives of this statement of work are to provide critically needed assistance in the form of analyses, reviews and assessments of key ongoing business and financial management improvement projects and programs to identify problems and to provide recommendations to improve their likelihood for timely success. Since the projects and programs, as identified below, are currently in progress, it is essential that the Contractor expeditiously and effectively accomplish these objectives. Accordingly, the Contractor must be thoroughly experienced and knowledgeable of the responsibilities of, and key individuals within, various Offices of the Secretary of Defense (OSD) and the DoD Components; the Department?s Material Weaknesses and Component efforts to resolve them; DoD business and financial management policies, regulations and information technology systems; federal statutes and federal accounting standards; guidelines and requirements of the Office of Management and Budget (OMB) and Department of the Treasury; and issues and problems impeding an unqualified opinion as identified by the DoD Inspector General (IG) and General Accounting Office (GAO). Section 3 - Scope To accomplish the requirements and objectives of this statement of work, the Contractor is expected to analyze, review and assess ongoing, planned or proposed initiatives, projects, programs and other actions by various offices of the Office of the Secretary of Defense and the DoD Components. To perform the analyzes, reviews and assessments, the Contractor shall contact and meet with appropriate senior executives, their staffs and support contractors; attend and participate in meetings, work groups and task forces with both government and other contractor personnel; review existing and proposed policies, processes and procedures; make policy, process and procedure recommendations; review government and contractor proposed documents and memorandums; and review the development of short term and long term solutions to resolve business and financial management problems and DoD Material Weaknesses. Section 4 - Tasks Task 1 - Accounting and Finance Domain. The Contractor shall analyze, review and assess ongoing, planned and proposed actions, initiatives and projects to improve DoD accounting and finance operations and financial reporting by the Accounting and Finance (ACC/FIN) Domain to include ACC/FIN Domain activities in the development of the of the Business Enterprise Architecture Deliverables: The Contractor, utilizing a thorough understanding of long standing DoD accounting problems and issues gained from first hand experience in addressing such issues with the Components and auditors, shall provide monthly status and progress reports and quarterly reports (as described in Section 5) that provide the OUSD(C) with the results of analyses, reviews and assessments and the identification of gaps, problems or issues pertaining to ongoing or planned activities, projects or actions by the ACC/FIN Domain. Task 2 - Military Equipment. The Contractor shall analyze, review and assess ongoing, planned and proposed actions, initiatives and projects to implement the accounting and reporting requirements for military equipment by the OUSD(Acquisition, Technology and Logistics)(AT&L) and DoD Components. Deliverables: Based on essential Contractor experience and knowledge of the new FASAB accounting and reporting requirements for military equipment, challenges in implementing such requirements, Component unique implementation issues and differences, and experience and knowledge of the OUSD(AT&L) implementation plans approved by the DCFO and briefed to the FASAB, the Contractor shall provide monthly status and progress reports and quarterly reports (as described in Section 5) that provide the OUSD(C) with an assessment of the progress made by the OUSD(AT&L) and the Components and identification of issues or problems and recommendations to resolve identified issues and problems. Task 3 - Material Weaknesses. The Contractor shall analyze, review and assess ongoing, planned and proposed actions, initiatives and projects by the Director for Accounting and Finance Policy and Analysis, the Director, Accounting and Finance Domain, the Associate Director, Financial Improvement, and the DoD Components to resolve DoD Material Weaknesses. Deliverables: Utilizing a thorough understanding and knowledge of DoD Material Weaknesses and successful, as well as unsuccessful, actions to date within the Department, the Contractor shall provide monthly status and progress reports and quarterly reports (as described in Section 5) that provide the OUSD(C) with an assessment of the progress made by the A&FP&A, ACC/FIN Domain and the Components to resolve the Material Weaknesses, as well as recommendations to resolve Material Weaknesses not properly addressed or in need of improvement. Task 4 - Unique Identification of Tangible Assets. The Contractor shall analyze, review and assess ongoing, planned and proposed actions, initiatives and projects by the OUSD(AT&L) to develop and implement Unique Identification (UID) policies, processes and procedures. The Contractor shall assist the OUSD(C) in collaborating with the OUSD(AT&L) in incorporating UID policies and requirements in the BEA. Deliverables: The Contractor, using a thorough understanding of the OUSD(AT&L) recently issued and proposed UID policies and an ability to gain access to key OUSD(AT&L) senior leaders, shall provide monthly status and progress reports and quarterly reports (as described in Section 5) that provide the OUSD(C) with the status of OUSD(AT&L) UID implementation and with recommendations for action to be taken within the OUSD(C) to assist in implementation and to incorporate UID requirements in the BEA. Task 5 - Business Management Modernization Program. The Contractor shall analyze, review and assess ongoing, planned and proposed actions, initiatives and projects to include the development of a DoD Transformation Plan by the Business Management Modernization Program and Business Management Systems Integration office, OUSD(C), related to the development and implementation of the Business Enterprise Architecture. Deliverables: Based on a comprehensive and first hand understanding of the history of the BMMP and development to date of the BEA, the involvement of the Domains and DoD Components, and the BMMP governance structure, the Contractor shall provide monthly status and progress reports and quarterly reports (as described in Section 5) that provide the OUSD(C) with the results of analyses, reviews and assessments, as well as recommendations to improve proposed actions or plans and recommendations to resolve identified problems and issues. Section 5 - Deliverables Monthly status and progress reports in the form of briefings and/or issue papers, as appropriate, summarizing analytical, review and assessment work performed, findings and Recommendations. Delivery of monthly status and progress reports will be to the appropriate senior or staff official(s) within the OUSD(C) and the COR. Quarterly status and progress reports summarizing analytical, review and assessment work performed, findings and recommendations. Delivery of quarterly status and progress reports will be to the COR. Section 6 ? Contracting Officer?s Representative Contracting Officer?s Representative (COR) will be determined at award. Section 7 - Period of Performance The period of performance is one year from date of contract award with three options years. Section 8 - Place of Contract Performance The work is to be performed at Government facilities in Crystal City, DD Form 254 is attached for access to Crystal Square 4. Access to Government facilities required for completion of tasks would be coordinated with the BMMP Program Management Office (PMO). Primary locations will be the BMMP PMO in Arlington, VA. Travel will be approved in advance by the COR and reimbursed at cost, in accordance with the Joint Travel Regulations (JTR). Section 9 - Government Furnished Resources The government shall provide the required equipment, supplies, materials and services as well as necessary telephones, facsimile, and copying supplies. Section 10 - Travel Travel costs will be billed separately on a reimbursable basis on individual delivery orders. Local travel, including to and from Defense Finance and Accounting Service (DFAS) Headquarters (Arlington, VA), and in the surrounding Washington DC area, performed in the course of this order performance, is considered the cost of doing business and will not be reimbursed as a direct charge to this effort. Section 11 - Security Requirements And Privacy Act Requirements All work performed relative to the tasking identified in the SOW are unclassified or carry a Privacy Act Classification. However, the Contractor requires access to the Comptoller Network which requires a Secret Clearance. System security shall be in accordance with DoD directive 8500.1, Information Assurance. Magnitude. This order will require personnel secured to the level of: AIS-I - none. AIS-II - All employees. Security Investigation Requirements for Automated Information Systems (AIS): For AIS-I: Contractor requires access to the Comptoller Network which requires a Secret Clearance. The contractor will be working with sensitive information which is covered by the Privacy Act and which is category AIS I. All contractor personnel requiring AIS-I access to the OUSD(C) systems will complete a Single Scope Background Investigation (SSBI). An AIS-I position may be occupied pending the completion of the SSBI once the National Agency Check (NAC) portion has been completed and favorably adjudicated. For AIS-II: Contractor requires access to the Comptoller Network which requires a Secret Clearance. The contractor will be working with sensitive information which is covered by the Privacy Act and which is category AIS II. Contractor must ensure sensitive (privacy act) information is properly safeguarded at the work-site and not removed from the work site. In addition, the contractor will be required to comply with the security requirements associated with access to the OUSD(C) enterprise network. This requires individuals who perform duties at the AIS II category to have a favorable determination of requisite investigation IAW the specifications of the DoD Personnel Security Program as provided for in the DoD 5200.2-R. If required, the contractor may be requested to undergo a higher level of investigation. Documentation Submission. The National Agency Check (NAC) for AIS-II and the Single Scope Background Investigation (SSBI) for AIS-I requires contractor submission of the following investigative documents: Standard Form 86 - Questionnaire for National Security Positions FD 258 - Finger Print Card All contractor personnel requiring either AIS I or AIS II access to the OUSD(C) systems will complete a SF 86 for the appropriate level investigation described above. The SF 86 will be completed using the Electronic Personnel Security Questionnaire (EPSQ). The EPSQ is available for downloading on the Defense Security Service (DSS) Web Site at www.dss.mil\epsq. Completed EPSQ, to include a copy on a disk and a signed hard copy, will be provided to the Contract Officer?s Representative (COR) or Government Point Of Contact (GPOC) elsewhere named in this award. All SF 86s must be accompanied with the FD 258 Finger Print Card and a copy of the contractor?s birth certificate for citizenship verification. Foreign Nationals must submit appropriate documentation from the Immigration and Naturalization Service (INS). The COR/GPOC will notify the contractor when contractor employees have been approved for access to the facility. The appropriate investigations (NAC or SSBI) should be completed before the contractor employee begins work. Waiver Procedures. For AIS-I: An AIS I position may be occupied pending the completion of the SSBI once the NAC portion has been completed and favorably adjudicated. A previous National Agency Check with Written Inquiries (NACI) or an Entrance NAC may be used for emergency appointment, provided a break in service of more than 24 months has not occurred since completion of that investigation and the SSBI has been initiated, and a Waiver of Pre-appointment Investigative Requirements has been granted. For AIS-II: On an exception basis and if an emergency situation exists, a US citizen contractor employee may begin once the Waiver of Pre-appointment Investigative Requirements has been granted by the proponent Business Line Executive, Client Executive, or Corporate Director. Waivers can be made, provided no potentially disqualifying information is known concerning the contractor employee, and all pre-appointment security checks have been favorably completed. Findings. All contractor employees must receive a favorable NAC or SSBI. Unfavorable NAC or SSBI findings will require individual determinations by the security office before allowing contractor employee access to the facility. Non-US citizens. Employment of non-US citizens requires a fully completed and favorably adjudicated background investigation prior to beginning OUSD(C) work. Section 12 ? Special Terms and Conditions The Contractor may be required to have access to highly sensitive and confidential plans to complete required analysis and recommendations. The Contractor shall not divulge any information about DoD activities or functions, or any other knowledge that may be gained, to anyone not expressly authorized by the COR. The Contractor shall keep confidential any proprietary information received by DoD from other contractor sources. The Contractor will be required to sign a non-disclosure agreement. The Contractor must have the proper authority and ?need-to-know? prior to any discussions involving classified or sensitive information. The Contractor will observe and comply with the security provisions in effect within OSD. The Contractor shall notify the COR of any situation which, in the Contractor?s judgement, potential for OCI may exist so that the COR and the Contractor can take appropriate action to mitigate the OCI risk. The Contractor selected for this effort may be precluded from future competitive selection by a contracting officer of a subsequent procument: (a) in which the Contractor will have an unfair competitive advantage because of work under this SOW or (b) to provide systems (or major system components) for which: (i) the Contractor provided systems engineering and technical direction or (ii) the Contractor developed specifications or work statements. The contractor may continue to provide services in the PMO support role. In order to prevent or mitigate potential organizational conflicts of interest, the Agency may develop and include appropriate organizational conflict of interest provisions in this Contract. In addition to and unless modified by such order-specific organizational conflict of interest provisions, the following restrictions and definitions apply to this Contract and are established to prevent conflicting roles which may bias the Contractor?s judgement or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions. The following subsections prescribe certain limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest, in order to ensure that there is no interruption in the work performed under the Contract. The Contractor shall discuss any potential or known conflicts with existing efforts being performed under the contracts or subcontracts under its purview. The Contractor shall specifically identify the organization and individuals (by name, title, location, and telephone number) responsible for reviewing potential conflict of interest situations. DoD requires that the Contractor reviews each task under the Contract to identify those areas where a potential conflict of interest exists or where the ?appearance? of a conflict of interest may exist. The COR and the Contracting Officer will review each situation to determine whether or not the situation warrants cause for concern. If, under this Contract, the Contractor is tasked to prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the Contractor shall not supply the system, its major components, or the service unless the Contractor is the sole source, the Contractor has participated in the development and design work, or more than one Contractor has been involved in preparing the work statement. The term of this prohibition shall endure for the entire period of this Contract and for two (2) years thereafter. Unless the government and the Contractor first establish proper safeguards to ensure objectivity; the Contractor shall not provide technical evaluation under this Statement of Work in any procurement action in which the Contractor?s conclusions may be biased because the Contractor?s own products or services, or products or services that compete with the Contractor?s own products or services, are among those to be evaluated. Non-Disclosure Statement ALL Contractor employees who perform on contracts subject to organizational conflict of interest restrictions shall execute and sign a non-disclosure statement. This requirement extends all subcontracts, teaming arrangements. A copy of this statement shall be provided to the Contracting Officer. The statement shall consist of the following: Conflict Of Interest And Non-Disclosure Statement I certify that I will not discuss with, or reveal to, any representative of any business organization or other entity, or any individual person either within or without the United States Government, any aspects of pending procurements or awarded contracts of the Defense Finance and Accounting Service (DFAS) while performing services under HQ0421-XX-X-XXXX. The term "any aspects of the pending procurement" includes, but is not limited to, information such as the identity and number of contractors, the method of procurement, the number and identity of Government personnel involved, and the schedule of key technical and procurement events in the source selection process, etc. Except as specifically authorized by the PCO, the release of such information constitutes the unauthorized release of advance procurement or procurement information. I recognize that a significant factor in the successful and proper completion of the source selection process is the strict confidentiality observed by all participants in the various proposal evaluation and evaluation review groups concerning all of the activities and procedures involved in source selection and that failure to comply with these requirements may compromise the ultimate source selection. I acknowledge that the unauthorized release of advance procurement or procurement information as defined herein may result in the termination of my participation for HQ0421-XX-X-XXXX. In the event I release any of the advance procurement or procurement information covered hereby, I agree to so advise the Senior Contracting Officer at the DFAS site to which I am assigned as soon as practicable. That advice will identify the business organization or other entity, or individual person, to whom the information in question was divulged and the content of that information. I further affirm that in the event that any business entity, either as a prime or subcontractor, in which I, or a member of my family or household, have holdings, financial interest, or an employment relationship, of whatever nature and to whatever extent, has submitted a proposal in response to a DFAS requirement that I will notify the Senior Contracting Officer at the DFAS site to which I am assigned in writing. Section 13 ? Experience Requirements Contractor will have experience in decision making in the DoD at the General Officer, SES or equivalent level. Contractor will have experience as a program manager and experience in identifying and developing programs to rectify systemic problems in DoD asset valuation, accountability and management. Contractor will have experience in determining and addressing, from both a near term work practice perspective and a longer term process and systemic solution, root causes of persistent DoD material weaknesses. The Contractor must be thoroughly experienced and knowledgeable of the responsibilities of, and the key senior leaders within, various Offices of the Secretary of Defense (OSD) and the DoD Components (e.g., DCFO, Director A&FP&A, OUSD(AT&L), OUSD(LM&R), Directors of the BMMP Domains, and senior leaders within the offices of the ASA, ASN and ASAF FM&Cs); the Department?s Material Weaknesses and Component efforts to resolve them; DoD business and financial management policies, regulations and information technology systems; federal statutes and federal accounting standards; guidelines and requirements of the Office of Management and Budget (OMB) and Department of the Treasury; and issues and problems impeding an unqualified opinion as identified by the DoD Inspector General (IG) and General Accounting Office (GAO).
 
Place of Performance
Address: Crystal City, Arlington, VA
Zip Code: 22240
Country: USA
 
Record
SN00632472-W 20040730/040728213002 (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.