Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
MODIFICATION

R -- OMB A-123 USDA Internal Control Support

Notice Date
12/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-10-0002
 
Archive Date
2/15/2010
 
Point of Contact
David L. Porter, Phone: 202-720-7335, Jeffrey McRae, Phone: 202-690-4030
 
E-Mail Address
david.porter@wdc.usda.gov, jeffrey.mcrae@wdc.usda.gov
(david.porter@wdc.usda.gov, jeffrey.mcrae@wdc.usda.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
There have been six changes: Change 1: Questions: Any questions concerning this RFP shall be submitted to Jeffrey McRae (Contract Specialist) via email to: Jeffrey.Mcrae@wdc.usda.gov in lieu of Ora Bethea. Change 2: Submission POC: Electronic and paper versions of the offeror's proposal shall be submitted to David L. Porter via email to david.porter@wdc.usda.gov in lieu of Ora Bethea. Change 3: Submission date: The submission date has changed to 1:00pm (EST) on Monday January 11, 2010 in lieu of 1:00pm (EST) Friday January 8, 2010. Change 4: Mailing Address: The mailing address remains the same but all documents should be addressed to David L. Porter in lieu of Ora Bethea. Change 5: Period of Performance. The period of performance for this contract is anticipated to be nine months. Change 6: Any and all other references to Ora Bethea not previously addressed is to be referred to David L. Porter in lieu Ora Bethea. _______________________________________________________________________ This is a combined synopsis/solicitation for commercial items (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 a written solicitation will not be issued. Request for Proposals AG-3151-S-10-0002 communicates the Government’s requirement to prospective contractors and solicits proposals for a competitive acquisition as follows: This acquisition is 100% set-aside for SBA 8(a) Program participants, NAICS Code: 541211, Size Standard: $8.5. The objective of this acquisition is to obtain is to obtain contractor support for the U.S, Department of Agriculture (USDA) to implement Federal Internal Controls. Contractor support includes providing expert guidance and assistance implementing Federal Internal Control requirements as is required by the Federal Managers Financial Integrity Act of 1982 (FMFIA), Federal Information Security Management Act of 2002 (FISMA), Improper Payments Information Act of 2002 (IPIA), the Federal Financial Management Improvement Act of 1996 (FFMIA) and other related legislation and forming a strategy to meet the requirements stated in these acts. Based on the requirements of FMFIA, FISMA, IPIA, and FFMIA and in order to meet these requirements as directed by OMB Circular, A-123, all participating firms must be a certified CPA firm and key project personnel, Partners/Directors, Managers, Seniors, and Team Leaders, must be certified public accountants and/or nationally certified information systems auditors and/or nationally certified government financial managers and/or nationally certified internal auditors to ensure compliance with FMFIA, FISMA, IPIA and FFMIA. The Government anticipates the award of a Firm Fixed Price contract resulting from this solicitation. The anticipated terms and conditions that will apply to the contract are set forth in the attached Solicitation. The period of performance for this contract is projected to be approximately nine months. Offerors proposals must include all of the information requested in the attached Solicitation: Mandatory Information to Be Submitted with Proposal To be considered for award, the Offeror shall submit a written proposal in accordance with the instructions included in the attached solicitation. THE OFFEROR IS EXPECTED TO EXAMINE THE ENTIRE RFP DOCUMENT AND ENSURE THAT THE PROPOSAL IS THE OFFEROR’S COMPLETE AND BEST EFFORT UPON SUBMISSION. ANY EXCEPTIONS TO THE TECHNICAL AND PRICING REQUIREMENTS SHOULD BE NOTED AND BOLDED WITH YOUR PROPOSAL SUBMISSION. As award may be made without discussions, Offerors are not to expect or assume that opportunities to address any deficiencies, such as incomplete information, will be given. At the Government‘s discretion, award may be made without discussions. Therefore, the initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. If award is made without conducting discussions, Offerors may be given the opportunity to clarify certain aspects of quotations or to resolve minor or clerical errors. Discussions may be needed if significant questions which may affect the award decision arise during evaluation. Evaluation of Proposals and Award Determination Evaluation Factors In accordance with FAR Part 9.8, the Government shall use the following evaluation factors in determining the Best Value to the Government. In evaluating these factors, non-price factors are more important than price. 1.Technical Evaluation of the RFP Requirements 2.Past Performance 3.Cost and Price Evaluation Technical Evaluation Technical evaluation criteria are more important than price and the three technical factors listed are of equal importance for evaluation purposes. 1.The Government will evaluate the offeror’s understanding of the requirements: Offeror should demonstrate their understanding of Federal Internal Control requirements associated with FFMIA, FISMA and IPIA. Approach to services to assess, document, test and report on FSA/FAS’s internal controls over financial reporting. Furthermore, the Contractor must demonstrate an expert level of project management Offeror should demonstrate their understanding of Federal Internal Control requirements and A-123 Appendix A methodology, i.e., risk-based approach, material key controls, sustainable compliance process, use of technology Offeror’s understanding and ability will facilitate the offeror’s ability to complete the required tasks within the required timeframe and the quality of work provided by the offeror. 2.Knowledge of FSA The Government will evaluate the offeror’s knowledge of FSA and FAS’s internal controls related to financial reporting Knowledge of FSA and FAS’s business processes, programs and FSA’s information technology environment. Knowledge of the FSA and FAS’s internal controls related to financial reporting as demonstrated by successful contractual efforts on important projects within the agencies Demonstrate knowledge of FSA or whose experience with a similar organization demonstrates knowledge of financial reporting internal controls in a complex, multi-location, large organization will result in a higher evaluation 3.Key Personnel (Resumes)/Staffing Using the number of pages as requested in the RFP, the offeror shall submit resumes for the key personnel as identified by the offeror Proposed key personnel demonstrate the appropriate experience to successfully perform the tasks identified All employees must meet minimum security requirements The Government will evaluate the offeror’s ability to stand up the effort with the appropriate people within the requirement timeline and successfully complete the project within the identified period of performance Past Performance and Proven Track Record The proposal shall demonstrate that the offeror has a solid, proven track record with demonstrated results with FSA as well as proven past performance in the areas outlined in the statement of objectives The offeror must demonstrate past performance for at least three but no more than five, projects similar in scope and size The Government will evaluate the offeror’s track record for proof of reliability, quality, timeliness, and effectiveness of previous efforts An offeror with proven experience, demonstrated results and positive references from clients will receive a more favorable evaluation Price and Cost Basis for Award Award will be made to the Offeror whose offer provides the best value to the Government, all evaluation factors considered. The Government may make award without discussion, as determined by the Government. Options. Options are not applicable to this requirement. Questions and Answers: Any questions concerning this RFP shall be submitted to David L. Porter via email to: david.porter@wdc.usda.gov Questions must be received by 1:00 pm Eastern Standard Time (EST) on January 4, 2010. At the Governments discretion, questions and answers will be consolidated, summarized and provided to all prospective offerors. Instructions for responses: Proposals submitted in response to this RFP shall be formatted in accordance with the instructions provided in this section. Vendors shall furnish proposals in electronic and paper versions. The electronic version shall be submitted with the hard copy on two separated CD’s identified as Price Proposal and Technical Proposal. Paper proposals shall be separately bound volumes in the quantities specified below. Proposals will be limited to 50 pages which include the 5 pages allowed for the staffing plan. The 2 pages allowed for resumes are separate from the 50 page limitations for the proposals. Proposals exceeding the number of pages will be removed from consideration. Technical Volume (Original plus 3 copies) Price Volume (Original plus 3 copies) Electronic and Paper versions of the Offeror’s proposal shall be submitted to david.porter@wdc.usda.gov by 1:00 pm Eastern Standard Time (EST) on Monday January 11, 2010. or delivered to address provided as follows: David L. Porter USDA, Farm Service Agency Policy and Oversight Branch 1280 Maryland Ave SW/Suite 580A Washington, DC 20024 This request for proposal does not commit the Government to pay any costs incurred in the submission of any proposal or in making necessary studies for the preparation thereof. Nor does it commit the Government to procure or contract for said services. The Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with this proposed procurement Contracting Office Address: 1280 Maryland Avenue, SW Suite 580-A Washington, DC 20024 Contractor Support: Jeffrey McRae Jeffrey.McRae@wdc.usda.gov Phone: (202) 690-4030
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-10-0002/listing.html)
 
Place of Performance
Address: USDA Farm Service Agency, USDA/FSA/OBF/FMD/FSC/ICPO, 6501 Beacon Drive, Kansas City, Missouri, 64141, United States
Zip Code: 64141
 
Record
SN02033279-W 20100101/091230235459-48524794b290e9afbdbfd98b016bed02 (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.