Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
MODIFICATION

R -- Statistical Sampling Services

Notice Date
1/11/2008
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Bureau of Indian Affairs; Reston, VA
 
ZIP Code
00000
 
Solicitation Number
RMK00080018
 
Response Due
1/25/2008
 
Archive Date
2/9/2008
 
Point of Contact
Meridith Potts, 703-390-6348
 
E-Mail Address
Email your questions to Bureau of Indian Affairs
(703-390-6348)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Description This amendment corrects the combined synopsis/solicitation to specify that any questions should be submitted by fax to Meridith Potts at 703-390-6562 no later than 10:00 a.m.(Eastern Standard Time) Wednesday, January 16, 2008. Questions should be on company letterhead and include company?s name, point of contact, address, phone number, fax number, and Solicitation Number (RMK00080018). Questions/answers will be compiled and faxed to all interested parties. Copies may be requested by fax. Requests should include all information specified above. Amendment 1 corrected the combined synopsis/solicitation to 1) change the NAICS code to 541690 2) set aside this acquisition for Small Businesses, and 3) change the basis for award to ?Best Value.? Award of this purchase order will be made on a competitive best value basis, using ?tradeoff? among cost/price and non-cost/price factors. The Government may elect to award to an Offeror who is not the lowest bidder. If the award is made to the superior technical Offeror, then a cost/technical tradeoff will have to be determined and qualified. Non-Cost/Price factors will include Experience, and Past Performance. Evaluation Criteria. The Following criteria will be used to evaluate the proposals. Evaluation criteria are numbered in descending order of importance: (1) Experience, (2) Past Performance and (3) Price/Cost. All evaluation factors other that cost or price, when combined, are significantly more important than cost or price. 1. Experience. The degree to which to Offeror?s proposal reflects corporate or proposed staff experience identical to, similar to, or related to the requirement and the degree to which this experience was successful. The contractor shall submit a resume of proposed employees. 2. Past Performance. The degree to which past performance evaluations either included in the proposal or identified by the evaluators in any other manner, reflect success in the Tasks outlined in the SOW and the degree to which these evaluations of past performance reflect a management approach that encourages customer satisfaction and collaboration. The offeror must provide a list of at least 3, but no more than 5, references of relevant past and present contacts for Federal, State and/or City agencies and commercial customers within the past 3 years. ?Relevent? is defined as like service as stated in this solicitation?s Statement of ?work in terms os similar scope and complexity. References must include: Name of the Organization that will be providing the reference, Name of the point of Contact (POC), POC Telephone Number, POC Email address, contract Number, Period of Performance, and Scope of work. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor?s past performance as it relates to the probability of success of the required effort. Ensure that contract information is accurate and up-to-date, as references will be checked. 3. Price/Cost. The degree to which the proposed cost/price is reasonable, realistic and competitive. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. The Bureau of Indian Affairs (BIA) is seeking statistical sampling services in the area of Accounts Payable accrual, in accordance with the following Statement of Work: Statement of Work The Contractor will provide all materials, labor and equipment to provide and/or validate a sampling plan, which satisfies the sampling requirement of the Office of the Inspector General and KPMG, in support of the Fiscal Year (FY) 2008 financial statement audit. The sampling methodology will be determined by the Contractor to provide the smallest sample possible while covering the entire population. The Bureau of Indian Affairs (BIA) will accrue a liability amount for FY 2008 based on a three-year historical analysis of actual invoices processed in the accounting system reflecting an invoice date within the first 45 days of the respective fiscal year. These invoices are examined to determine which FY the goods and services were received. For example, invoices dated from 10/1/05 to 11/15/05 may represent liabilities for FY 2005 or FY 2006 but were not paid until FY 2006 or later. In previous years, BIA has worked in conjunction with a Contractor to establish an accepted methodology relating to the Accounts Payable (AP) accrual. This statement of work defines the work required to build upon the three year trend by sampling the most current fiscal year and combining the results into the methodology. This work involved shall proceed as follows: ? The Contractor will be supplied with an electronic file of payments made during FY 2007 no later than January 28th 2008. Within seven calendar days of receiving the electronic file the Contractor must provide BIA with the stratified sample as consistent with the methodology used in the FY 2006 sample. ? BIA will then pull the sampled items and review them to determine which fiscal year the goods and services belong. Results of the BIA review will be submitted to the Contractor no later than noon on March 24th, 2008. The contractor must then merge this data with the data produced in the FY 2007 accrual process to assimilate a complete three fiscal year analysis, culminating with a final projection that will be used in the FY 2008 accrual. These projection results are due from the Contractor within five calendar days (e.g., if BIA provides results on 3/24 then the Contractor must provide the projection number by 4PM on 3/29). ? The Contractor must provide a written report describing the sampling approach and results of analysis within seven calendar days after delivering the projected number/error rate. For example, written report is due 4PM on 4/5 after delivery of AP projected number on 3/29. The written report must concisely explain methodology, scope and conclusions to allow for subsequent review by BIA management, the OIG, and the external auditors. Example of a written report is attached. Unless specified otherwise, BIA will send all data files and results of its review to the Contractor electronically via email, FTP, or on CD-rom via overnight mail by 12PM EST of stated deadlines. All deliverables due from the Contractor must be received by 4PM EST of stated deadlines and must be submitted in soft copies such as Microsoft Excel or Word. During periods of calculation or following the projection the Contractor shall be available for telephone consultation by BIA staff to include a Staff Accountant as well as the Chief of the Financial Reporting and Analysis Division. These communication sessions may be used to discuss preliminary results, discuss procedural questions, or to provide progress updates. Not to exceed two face-to-face meetings may be requested and would be held at Reston, VA. The purpose of these meetings would be to discuss the accrual process and/or results and to answer/debrief any questions BIA and KPMG might have. BIA will provide a minimum of seven calendar days notice regarding the meeting date(s) to allow for travel arraignment by the Contractor. BIA will reimburse the Contractor for his out-of-pocket travel cost associated with this engagement if such travel should be requested. Except for the out-of-pocket travel costs related to the face-to-face meeting, the Contractor will provide all materials and labor to perform this task at off site. The period of performance will start upon the final signing of this statement of work and will end on or about April 13th, 2008 following BIA?s acceptance of the Contractor?s written reports. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The SIC Code is 5812; the North American Industry Classification System (NAICS) code is 334119. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order. FAR Part 52.212-1 Instruction to Offerors ? Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-3 Offeror Representations and Certification ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destination. The Government reserves the right to make award on the initial bid received without discussions. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. All questions should be addressed in writing by fax to Meridith Potts, Contract Specialist (703) 390-6562. Responses should be faxed to Meridith Potts at 703-390-6562 no later than January 25, 2008 by 10:00 AM (Eastern Standard Time). Submissions should be on company letterhead and include companies name, point of contact, address, phone number, fax number, DUNS Number, CAGE Code, Tax Identification Number (TIN), and Solicitation Number (RMK00080018).
 
Place of Performance
Address: 2051 Mercator Dr. Reston, VA
Zip Code: 20191
Country: US
 
Record
SN01484103-W 20080113/080111225751 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.