Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SPECIAL NOTICE

R -- Non-Disaster Grants System Support Requirements Gathering

Notice Date
4/15/2008
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-08-R-0029
 
Point of Contact
KimberlyLogue,, Phone: (301) 447-1266, JamesChestnut,, Phone: 301-447-1412
 
E-Mail Address
kim.logue@dhs.gov, james.chestnut@dhs.gov
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) intends to negotiate a sole source firm fixed price bridge contract with incumbent contractor, DJ Business Solutions, LLC, to accurately and completely capture all financial requirements necessary for the successful operation and implementation of the Non-Disaster (ND) Grants System. DJ Business Solutions, LLC has experience with the original eGrant initiative and expertise with the core financial system (IFMIS). DJ Business Solutions, LLC has extensive experience in grants and Federal financial management, strategic and capital investment planning, business process redesign and system development and implementation. DJ Business Solutions, LLC possesses experience in high level assessments of the existing grants financial processes, requirements and environment, including technology, processes and people for compliance with agency and federal regulations. DJ Business Solutions, LLC has developed Use cases and financial user requirements for a new centralized eGrants system. The objective of this project is to acquire contractor expertise and capabilities necessary to review existing Use cases, regulatory requirements, and Office of the Chief Financial Officer (OCFO) policy to gather and document detailed financial requirements for Phase I of the ND-Grants system implementation. In addition, the contractor shall test against those requirements after they are implemented in the system, and will be responsible for maintaining communication between OCFO and Grant Programs Directorate (GPD). All deliverables are due within 90 days of the contract award date. Anticipated value of this acquisition is less than $200,000. If your firm is capable of performing the work, you are requested to submit a capability statement. All capabilities statements submitted by interested parties will be considered. The minimum capabilities must include documented evidence of experience and expertise in the following areas: (1) An integral knowledge of FEMA’s diverse grant programs; disaster, non-disaster, competitive, non-competitive, construction, and non-construction, as well as knowledge of the agency’s grants financial processes and the expertise that support these programs; (2) An expert level of experience working with grant accounting and program requirements throughout the entire grants management life cycle; (3) Requisite knowledge of FEMA’s information technology structure that supports both the programmatic and financial aspects of the grant management life cycle; (4) Project management and subject matter expertise in grants management, federal accounting, technical and analytical areas; and (5) Experience in the development and production of a variety of documents for clients and their stakeholders including grants policy, human capital planning, statistical analysis and business processes. Interested firms with these capabilities are invited to submit a copy of their capability statement electronically via email to kim.logue@dhs.gov within fifteen (15) calendar days of this notice. Information furnished should include: (1) The number and professional qualifications of technical and other appropriate personnel; (2) Company experience related to the proposed project; (3) A current financial statement; and (4) Other literature which demonstrates the minimum capabilities listed above. The Government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the Government reserves the right to set aside any and all procurements that may result hereunder for small or minority-owned businesses. If the evaluation of the responses received concludes that none of the responding firms have the necessary capabilities, then this acquisition will become a Sole Source Procurement with DJ Business Solutions, LLC, and no further synopsis will be issued. SEE NUMBERED NOTE 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ecf93130a161ae3f44d3cc35f7ecd89&tab=core&_cview=1)
 
Place of Performance
Address: Department of Homeland Security (DHS)/FEMA, 500 C Street, S.W., Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01554507-W 20080417/080415220720-2ecf93130a161ae3f44d3cc35f7ecd89 (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.