Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

N -- Pilot for automated audit software.

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service, Procurement Branch, WASC P.O. Box 25165, MS 2730 Denver Federal Center Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
M07PX14676
 
Response Due
9/19/2007
 
Archive Date
9/13/2008
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Minerals Management Service, Minerals Revenue Management (MRM) plans to engage in a trial program to evaluate the feasibility and cost/benefit of automating audit work papers and other aspects of the audit process. MRM auditors ensure that minerals revenues from Federal and Indian leases are paid correctly and comply with lease terms, mineral laws and regulations. Audits are performed according to Generally Accepted Government Auditing Standards (GAGAS) issued by the Comptroller General of the United States. For the trial period, 15 licenses are required. The trial is expected to last one year; therefore, a one year maintenance agreement should be quoted for the pilot software. In addition, the quote should provide for a one day user training session in Dallas, Texas, with the option of an additional training session in Lakewood, Colorado, if determined necessary by MRM. The vendor shall provide installation assistance and documentation. At the conclusion of the trial period, MRM will evaluate the success of the software in fulfilling its audit automation needs. If determined successful, MRM may purchase an estimated 210 licenses of the automated audit software for its Compliance and Asset Management Division and an estimated 100 licenses for its STRAC Division without further notice or competition subject to agency need and availability of funds. The following are the operating environment requirements: " Client computers are Microsoft Windows XP with MS Office 2003 " Servers are Microsoft Windows XP " Database software available is MS SQL Server The following lists the minimum software capabilities/functions required: " Provides security and authenticity - controls can be implemented to ensure that authors, verifiers, and approvers are correctly identified, and modifications are made by those identified as making modifications. " Supports scanning/imaging " All information for an audit project can be exported in formats to meet records management requirements in DOD standard 5015.2 using Documentum Records Manager software " Allows multiple users simultaneous read access, and has controls to ensure the integrity of documents with multiple simultaneous write requests. " Supports audit work papers in MS Word and MS Excel " Supports importing Word, Excel and Outlook e-mail " Supports annotations, cross references, review notes and indicates who made them " Supports search of documents and metadata for one audit, or all audits " Supports version or change tracking, and locking a document preventing further changes " Supports risk assessments with user defined risks, controls, weights, risk formulas " Supports scheduling, tracking and reporting of projects and resources " Supports the identification of and tracking of physical (non-electronic-document) evidence The trial program shall commence on date of award and continue up to one year with one, additional option year to follow the trial period to allow for the purchase of additional licenses as noted above. The proposed contract is not set aside, but a HubZone price evaluation preference will be implemented. The NAICS is 541511. Central Contractor Registration (CCR) is required. Registration may be accomplished at http://www.ccr.gov. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of any clause may be accessed at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. The Government intends to make award to the responsible contractor proposing the best value to the Government. Technical, Price and Past Performance are of equal importance. FAR 52.212-3, Offerors Representations and Certifications- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.222-3, Convict Labor, FAR 52.233-3, Protest after Award, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act, (Wage Determination #94-2079 Rev (27), dated 27 MAY 04, is incorporated into this solicitation and may be accessed at http://www/wdol.gov), FAR 52.222-42, Equivalent Rate of Fed Hire, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36, Payment by Third Party, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.228-5, Insurance-Work on a Government Installation (Employer's Liability: $1M each occurrence, $2M (Total) or General Aggregate, $300K for Property Damages; Workmen's Compensation: As required by state laws.) A complete proposal package consists of the following: (1) Written explanation and supporting documentation that indicates the qualifications outlined above have been met or can be exceeded by the proposed software, (2) Price sheet clearly indicating the price for the initial 15 licenses, the annual maintenance agreement on those licenses, the Dallas training session, the optional Lakewood training session, the optional 210 licenses for CAM and the optional 100 licenses for STRAC, (4) Completed copy of representations and certifications in FAR 52.212-3 or indication that those are available via ORCA (online reps and certifications), (5) Past performance information including recent and relevant contracts for the same or similar services within the Federal audit community, including points of contact with telephone numbers. Proposals are due by 3:00 PM, Friday, 14 SEP 07 (MST.) Proposals will be accepted via mail or email only (no fax) at Attn: Carol Hellmann, MMS, Western Administrative Service Center, PO Box 25165, MS 2730, Denver, CO, 80225-0165 (Street Address: Attn: Carol Hellmann, MMS-Western Administrative Service Center; DFC-6th & Kipling; 8th Street, Bldg 85A; Denver, CO 80225-0165.) Email: carol.hellmann@mms.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=357085)
 
Place of Performance
Address: Denver Federal Center, Lakewood, CO
Zip Code: 802250165
Country: USA
 
Record
SN01407727-W 20070916/070915195720 (fbodaily.com)
 
Source
FedBizOpps 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.