Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

R -- Scorecard and Internal Controls Document Search / Research Assistance

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, Washington Office, Post Office Box 96090, Room RP-E, Acquisition Management, Washington, District of Columbia, 20090-6090
 
ZIP Code
20090-6090
 
Solicitation Number
AG-3187-S-09-0031
 
Point of Contact
Sherry Anderson, Phone: 7036054511
 
E-Mail Address
sdanderson@fs.fed.us
(sdanderson@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Title: Scorecard and Internal Controls Document Search / Research Assistance Description: Provide Information and Documentation of Acquisition Management Leading Practices for Internal Scorecard Development, Internal Process Plan (IPP) Revision, and WO Review Process Update Project Period of Performance: Part A: July 1, 2009 through July 31, 2009 Part B: To Be Determined, at government’s option Type of Task: Part A: Fixed Price Part B: Fixed Price Proposal Due Date: June 11, 2009 Index: Background:1 Project:1 Deliverables:2 Government Resources:3 Consultant Proposals:3 Travel:4 Background: The USDA Forest Service (FS) Acquisition Management (AQM) staff is undertaking a 30-month change management program that consists of multiple projects. Project goals include improving efficiency, accountability, and communications. One of the projects includes the following tasks: (1) creation of a scorecard for evaluating agency AQM performance across operating units, to be followed by (2) revision of the agency Internal Process Plans (IPP) that AQM units at Regions and Stations follow and (3) an update of the existing Washington Office (WO) review processes used to ensure that IPPs and federal and agency policy are being followed. The AQM function at the Forest Service includes procurement, purchase card management, emergency incident (e.g. fire, hurricane) procurement, grants and agreements, real property management (including quarters management and leasing), and personal property management. The projects described above will cover all AQM functional areas. It is the team’s intent to accomplish most of the work in-house. Project: Consultant support is requested to provide information on current government and private sector practices, with a focus on other federal agencies with similar AQM functions, for all three project tasks enumerated above. Examples of information that the Forest Service requests includes: •Scorecards in place at other federal agencies for AQM function(s) (or the private sector equivalent to a scorecard / dashboard), including information on purpose / goals, frequency, and use from an internal controls perspective. Describe how programs are tying their scorecard to the OMB Program Assessment Rating Tool (PART), if applicable. •Internal Process Plans in place at other federal agencies for AQM function(s) (or the private sector equivalent), including information on success of IPPs in ensuring accountability, relationship of IPPs to an agency’s Internal Controls environment, and relationship of IPPs to OMB Circular A-123. •Documentation of effective internal (agency) reviews of AQM functions in accordance with IPPs (or the private sector equivalent), including internal review processes, teams, frequency of review and follow-up, and relationship of IPPs to review findings. The FS recognizes that many best practices exist in the private sector. However, these organizations do not operate in the same regulatory or structural environment in which government agencies do. Therefore, the majority of resources provided by the consultant in response to this request should be from the public sector. Public sector resources provided should be a mix of Department of Defense and federal civilian agencies with a preference toward similar land management agencies. At least 1 example from a private sector organization with similar functions is also required. Deliverables: Part A: Fixed Price. The consultant deliverable will include documentation of at least four (4) examples of scorecards, IPPs, and internal AQM reviews that include the following AQM functional areas: procurement, grants and agreements, and property management (including real property management, personal property management, and leasing). Therefore, at a minimum, twelve (12) documents are required. If a document includes only procurement, for example, it would count towards the procurement total of 4 (the consultant would need to identify other documents to meet the requirements for the other functional areas). At least 2 of the 4 examples must be from the federal government, and at least 1 must be from the private sector. Documentation should be provided electronically, if possible, and should be submitted to the client as it is located (not in a single package at the end of the project). The consultant will prepare a final deliverable in the form of a Microsoft PowerPoint presentation, which shall include the following information: a concise description of documentation provided that includes a relative comparison of the documents by type and functional area(s) and identifies pros and cons associated with each agency’s approach. Presentation should include analysis, findings and recommendations (as described in the “Project” section of this SOW). Consultant will be required to attend an in-person meeting for 1 day (location TBD) to share findings with the FS project team. Part B. Fixed Price. Additional analysis may be required based on findings and recommendations from Part A. Deliverables for Part B are to be determined (TBD), if and when the government decides that additional consultant services are required. Government Resources: Resources the FS will provide to the consultant upon award of the contract include existing Region and Station AQM IPPs and past WO review reports that provide an example of the current internal AQM review processes and documentation. The FS does not currently have an AQM scorecard or performance metrics. Consultant Proposals: The proposals shall be submitted to the designated Contracting Officer: cost and technical. Consultant proposals will be evaluated based on cost, technical approach / methodology, and past performance. Submission of proposals in electronic format is preferred. Cost: Offers for this project shall include Part A (required, firm fixed price). Part B cost proposals should include labor rates only. Travel costs will be reimbursed separately, and in accordance with the Federal Acquisition Regulations (FAR) and Federal Travel Regulations (FTR) in effect at the time of travel. See the travel section below for additional information. Cost proposal need not include the estimated cost of travel for the proposed presenter of project findings (per deliverable section above). Technical Proposal: The consultant should describe their planned approach / methodology for accomplishing the project, including describing any resources to which they have access that would result in a better final deliverable (e.g. knowledge databases, past client deliverables, etc). Technical proposal should focus on Part A response. Technical proposals must also include a section on past performance. •Past Performance: The successful consultant will have prior experience with developing scorecards, IPPs, and internal review plans for acquisition management organizations at other federal agencies. Provide at least 3 summaries of past performance, including project reference contact information, in your response. Technical proposals should be no longer than 10 pages, single spaced, 12-point Arial font. Proposals are due by the due date listed on the first page of this SOW, and should be submitted electronically to the Contracting Officer listed below in the “Points of Contact” section. Travel: Any contractor travel required and funded by the Government in support of this contract shall be authorized by the COR in advance of the scheduled trip. Travel costs will be reimbursed in accordance with the Federal Acquisition Regulations (FAR) and Federal Travel Regulations (FTR) in effect at the time of travel. For each trip, the contractor will submit to the COR a Request for Travel Authorization (RTA). The RTA will identify the purpose of the travel, an agenda for what is to be accomplished by the travel, and a detailed estimate of the costs to be incurred. Unauthorized travel or travel not coordinated with the Forest Service COR may not be reimbursed. Points of Contact: The Contracting Officer for this contract is Robert D. Jaeger (703-605-5307/twilks@fs.fed.us). The Contracting Officer’s Representative for this contract is Bruce Hall, brucehall@fs.fed.us or (828) 257-4292. ---------------- END STATEMENT OF WORK ---------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAM/AG-3187-S-09-0031/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN01838457-W 20090610/090608234633-0c7b85d5ddf92a20a10a09d6c1b27dab (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.