Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
MODIFICATION

R -- AMERICAN RECOVERY AND REINVESTMENT ACT

Notice Date
3/12/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
RA001610013
 
Response Due
3/26/2010
 
Archive Date
3/12/2011
 
Point of Contact
Linda A. Somuah Contract Specialist 7033906308 linda.somuah@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. No additional written solicitations will be issued. This solicitation, RA001610013, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-38. This procurement is open to all sources. The associated NAICS code for this procurement is 541618.******************************************STATEMENT OF WORK**********************************************1. INTRODUCTION: The Office of Self-Governance (OSG), Office of the Deputy Assistant Secretary - Policy and Economic Development, Office of Assistant Secretary - Indian Affairs, U.S. Department of the Interior, which is responsible for advising, managing, and coordinating all financial activities associated with tribal self-governance funding agreements has a requirement for two (2) positions funded under the Recovery Act of 2009, namely, one (1) each Management and Program Analyst, to be located in Washington D.C and one (1) each Management and Program Analyst to be located in Vancouver, Washington. These activities include responsibilities associated with self-governance tribes nationwide. Supported Activity: The incumbent is required to exercise resourcefulness and independent judgment in applying appropriate principles, techniques and methodology in maintaining the fiscal integrity of all funds allotted and transferred to Self-Governance tribes under the American Recovery and Reinvestment Act of 2009 (ARRA). The incumbent applies program knowledge, research and analytical skills, and oral and written communication abilities needed for problem analysis and organizational coordination.2. BACKGROUND: Federal assistance awards and contracts must be tracked and accounted for separately from all other sources of funding for audit and reporting purposes. The Recovery Act requires a high degree of accountability and transparency on the use of the funds. Timely, complete, and effective reporting under Section 1512 of the Recovery Act is a term and condition of receiving Recovery Act funding. 3. OBJECTIVE: The contractor shall provide services that will assist OSG in implementing ARRA authorities, appropriations, regulations and guidelines to ensure that self-governance tribal recipients comply with program, fiscal, reporting, and audit requirements. This project is fully funded.4. DEFINITIONS AND APPLICABLE DOCUMENTS: P.L 111-5, OMB Memoranda (M-10-08, M-10-05, M-09-21, M-09-15). Key Personnel: The individuals that the Contractor identifies for this requirement5. SCOPE/DUTIES/TASKS: The Contractor shall provide one (1) Program Manager position to support OSG at the, Washington, D.C. location. This position requires Expert knowledge and experience in federal appropriations laws and regulations, budget execution, and fund control requirements and procedures; knowledge and experience in federal assistance programs for Native Americans and Alaskan Villages, including the Self-Governance program and grant and contract awarding procedures; skills and experience in using the Federal Financial System (FFS) or other large-scale accounting systems, developing information systems and databases on microcomputers, and designing statistical reports; demonstrated knowledge and experience in project management processes; ability to communicate project management and financial concepts effectively, both orally and in writing. Major Duties and Responsibilities - ARRA Program Manager position located in Office of Self Governance, AS-IA, Washington D.C. The Contractor shall assist and provide recommendations to the Director, OSG, in implementing ARRA authorities, appropriations, regulations and guidelines to ensure self-governance tribal recipients comply with program, fiscal, reporting, and audit requirements. This may include preparing, reviewing and amending ARRA Self Governance Funding Agreements, ARRA Self Governance Addenda and ARRA Project Scope of Work documents, which are negotiated among the self-governance tribes, OSG and other federal agencies. The Contractor shall assist in developing and providing policy, program and management guidance to OSG's negotiators and financial management staff for implementing ARRA program requirements, including project funding, progress and financial reports. As appropriate, contact departmental bureaus and their program managers and regional office staff to clarify for self-governance tribes the applicable ARRA program guidelines and procedures, project financial and statistical reporting requirements, and monitoring schedules for project payments and closeout. The Contractor shall assist and interact with OSG's staff dedicated to support all ARRA program activities, including a Financial Staff and an ARRA Intern located in OSG's central office in Washington D.C and a Program Analyst (GS-340-13) located OSG's Northwest Field Office, Vancouver, Washington; manage, coordinate and oversee all ARRA allotment, allocation, obligation, accounting and report processing to ensure compliance with ARRA Self-Governance documents, federal laws, regulations and guidelines. The Contractor shall serve as OSG's principal ARRA liaison to departmental program managers on ARRA funding under their responsibility and departmental regional monitoring managers and works with them in resolving ARRA issues or problems encountered that are related with ARRA self-governance tribal recipients and managing OSG ARRA internal budget reporting issues. The Contractor shall monitor quarterly reports submitted by ARRA self-governance recipients to www.FederalReporting.gov, for completeness, timeliness, accuracy, and compliance with OMB's ARRA reporting guidelines and requirements. These recipient reports update ARRA project awards, obligations, expenditures, and number of jobs created and retained; coordinates, as appropriate, the correction of any ARRA data errors or omissions with the self governance tribal recipient and through regional program monitoring officers and staff; and notify the Director of ARRA project report issues that require further resolution, monitoring and/or intervention actions. The Contractor shall review and consolidate information from ARRA project status, financial and statistical reports submitted by ARRA self-governance tribal recipients through regional program offices to prepare summary reports on ARRA accomplishments and impacts. The Contractor shall provide one (1) Program Analyst to support OSG at the NWFO, Vancouver, Washington location. This contractor requires knowledge of federal appropriations laws and regulations, budget execution, and fund control requirements and procedures; knowledge of federal assistance programs for Native Americans and Alaskan Villages, including the Self-Governance program and grant and contract awarding procedures; demonstrated skills and experience in using the Federal Financial System (FFS) or other large-scale accounting systems, developing information systems and data bases on microcomputers, and designing statistical reports; ability to communicate effectively, both orally and in writing. Major Duties and Responsibilities - ARRA Program Analyst Position located in the Northwest Field Office, Vancouver, Washington The Contractor shall assist the OSG headquarters in implementing ARRA authorities, appropriations, regulations and guidelines to ensure that self-governance tribal recipients within NFO's purview comply with program, fiscal, reporting, and audit requirements. This may include preparing, reviewing and amending the ARRA Self Governance Funding Agreements, ARRA Self Governance Addenda and ARRA Project Scope of Work documents, which are negotiated among the self-governance tribes, OSG and other federal agencies. The Contractor shall have the knowledge and experience with project management processes necessary to provide policy, program and management assistance to OSG, NFO negotiators and self-governance tribal staff for implementing ARRA program requirements, including project funding, progress and financial reports. As appropriate, contact departmental program managers to clarify for self-governance tribes the applicable ARRA program guidelines and procedures, project financial and statistical reporting requirements, and monitoring schedules for project payments and closeout. The Contractor shall coordinate with OSG's ARRA headquarters staff supporting ARRA program activities on ARRA allocation, obligation, accounting and report processing to ensure compliance with ARRA Self-Governance documents, federal laws, regulations and guidelines. The Contractor shall serve as NFO's ARRA liaison to regional office program managers on ARRA funding under their control and ARRA regional monitoring managers and work with them to resolve issues or problems encountered that are related with ARRA self-governance tribal recipients. The Contractor shall monitor quarterly reports submitted by ARRA self-governance recipients to www.FederalReporting.gov, for completeness, timeliness, accuracy, and compliance with OMB's ARRA reporting guidelines and requirements. These recipient reports update ARRA project awards, obligations, expenditures, and number of jobs created and retained. Coordinates, as appropriate the correction of any ARRA data errors or omissions, directly with the self governance tribal recipient or through regional program monitoring officers and staff; notify OSG headquarters of ARRA project report issues that require further resolution, monitoring and/or intervention actions. The Contractor shall review and consolidate information from ARRA project status, financial and statistical reports submitted by ARRA self-governance tribal recipients through regional program offices to prepare summary reports on ARRA accomplishments and impacts. 5.3 LABOR CATEGORY POSITIONS: Labor category anticipated positions and Contractor proposed hours and rates to fulfill this Statement of Work: Labor Categories: (Please provide fully burdened hourly rates)Mgmt/Program Analyst, Washington DC$_____________ per Hour Mgmt/Program Analyst NFO, Vancouver$_____________ per Hour6. DELIVERABLES AND SCHEDULE: The Contractor shall submit all deliverables defined in this SOW shall be submitted under official company letterhead signed by designated company representative. The cover letter shall be addressed to the customer's Technical Point of Contact unless otherwise directed. A copy shall be sent to Headquarters, OSG. The cover letter shall include as a minimum, the title of the applicable deliverable, date performed, and the appropriate contract number or purchase order number to which the deliverable applies. A progress report associated with the performance of this contract will be submitted on a monthly basis in a format determined by the Contractor. 7. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT: Incumbent's performance is evaluated in terms of results in attaining management goals and objectives.8. RISKS AND CONTRAINTS: On the basis of full disclosure, identify any risks and/or constraints that may impact or adversely affect the performance of this Statement of Work or create additional liability for the Government.9. KEY PERSONNEL REPLACEMENT AND SUBSTITUTION: (a) Certain skilled, experienced, professional and/or technical personnel are essential for successful accomplishment of the work to be performed under this contract. These are defined as 'Key Personnel' and are those persons whose resumes were submitted as part of the technical/business proposal for evaluation. The Contractor agrees to use said personnel during the performance of this contract and that they shall not be removed from the contract work or replaced unless authorized in accordance with this clause. (b) The Contractor shall not substitute key personnel assigned to perform work under this contract without the prior approval of the Contracting Officer. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request must contain a complete resume for the proposed substitute, and any other information requested or needed by the Contracting Officer to approve or disapprove the request. Proposed substitutes must have qualifications that are equal or higher than the key personnel being augmented. The Contracting Officer or his authorized representative will evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. (c) If the Contracting Officer determines that (1) suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at the time of contract award, the Contracting Officer may (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitable adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. (d) The provisions of this clause shall be fully applicable to any subcontract which may be entered into. PERSONNEL QUALIFICATIONS: (a) The contractor shall be responsible for employing qualified personnel to perform the work specified in this statement of work. The contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. (b) The government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the contractor in performance of work shall be fully capable of performing the contemplated functions of the respective labor categories in an efficient, reliable, and professional manner. (c) Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum, be a United States Citizens, meet the experience, educational, or other background requirements set forth in the job description below and shall be fully capable of performing in an efficient, reliable, and professional manner. (d) Resumes are required in order to confirm the acceptability and availability of key personnel. If the Contracting Officer questions the qualifications or competence of any person performing under this Statement of Work, the burden of proof to sustain that the person is qualified, as prescribed herein, shall be on the contractor.10. SUBCONTRACTOR(S): Consultants and subcontractors, including but not limited to, universities and colleges may be used if beneficial to the Government. 11. PERIOD OF PERFORMANCE: The period of performance shall be from date of award through September 30, 2010. This award document may be extended beyond the current period of performance up to one year using current pricing included in the award document. 12. PLACE OF PERFORMANCE/LOCATION OF WORK: ARRA Program Manager: OSG Headquarters, Washington D.C. ARRA Program Analyst: NWFO OSG, Vancouver, Washington.13. HOURS OF OPERATION/TOUR OF DUTY: The BIA maintains core hours of operation from Monday through Friday, 8:00 am to 4:30 pm however this may vary depending upon location. Federal Holidays/Inclement Weather/Emergencies - New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. NOTE: If a Public Holiday (observed on a specific calendar date) occurs on a Saturday, the holiday is observed on the preceding Friday. If the holiday occurs on Sunday, the holiday is observed by the Federal Government on Monday. 14. EVALUATION CRITERIA: FAR 52.212-2 Evaluation -The Evaluation Factors are in descending order or importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: Technical Capability- Technical Excellence: Describe your ability to provide the services required in this Statement of Work (SOW). Technical Approach: Describe your technical approach to work within, and accomplish the tasks delineated in the SOW. Proposed Personnel: Identify the name(s) of individuals proposed to work under the contract; provide the status AND proof security clearance; provide current resumes which detail all skills, experience, and certifications necessary to successfully perform tasks and duties of the requirement. Past Experience: List contracts that are of the same or comparable size, and complexity, and illustrate clearly your ability to meet the requirements. Price: Please provide a breakdown of price. Past Performance: Provide three (3) years of references for contracts for the same, or similar services; include contract numbers, points of contact, with telephone numbers, and other relevant information. This information shall be evaluated according to the following: (a) Record of conforming to contract requirements, (b) record of forecasting and controlling costs; (c) adherence to contract schedules (including the administrative aspect of performance); (d) history of reasonable and cooperative behavior and commitment to customer satisfaction; and, (e) Business-like concern for the interest of the cost. 15. AWARD: Contract type for this requirement is Firm-Fixed Price. Contract Officer reserves the right to make multiple awards. Contract award will be made, based on the Best Value Continuum - all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 16. CONTRACTOR INTERFACES: The contractor and/or his subcontractors may be required as part of the performance of this effort to work with other contractors working for the Government. Such other contractors shall not direct this contractor and/or their subcontractors in any manner. Also, this contractor and/or their subcontractors shall not direct the work of other contractors in any manner. The Government shall establish an initial contact between the contractor and other contractors and shall participate in an initial meeting at which the conventions for the scheduling and conduct of future meetings/contacts will be established. Any COTRs of other efforts shall be included in any establishment of conventions.17. CONFIDENTIALITY: This project and all materials provided to the Contractor by the Government and results, conclusions and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the Contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used (except in the completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limited to inclusion in any database external to the Government without the Government's express consent.18. SECURITY/SECURITY CLEARANCES: In order to fulfill the requirements of this SOW and be considered for an award, the Contractor must have all required security clearances.19. LIABILITY: The Contractor shall be held liable for any and all damages resulting from any inappropriate disclosure of information/data by its employees or via any system used by the Contractor. Should the Contractor become aware of the need for additional safeguards, the Contractor must immediately notify the COTR.20. SPECIAL REQUIREMENTS/INSTRUCTIONS/CONSIDERATIONS: No data provided to, or developed by, the contractor shall be used for any purpose other than this delivery order. All information (data files and hard copy) become the property of the government and the contractor shall return them to OSG, Headquarters at the completion of the task.21. TRAVEL AND OTHER DIRECT COSTS: All travel shall be in accordance with the Government's Joint Travel Regulations (JTR) or Federal Travel Regulation (FTR). Travel vouchers and supporting documents must be presented for payment within 10 days after completion of the travel. Travel will be required as a condition of contractor performance. (Number of trips and destination of required travel unknown) Note: OSG pays for airline, Contractor pays per diem and lodging; after travel, Contractor will be reimbursed as invitational traveler). Trip Report. A trip report shall be submitted 10 days following the completion of required travel. Report shall include as a minimum, the purpose of the trip, date of travel, labor category and significant outcome of the trip. 22. GOVERNMENT POINTS OF CONTACT: Program Technical POC, Sharee Freeman - Director, Office of Self Governance, Assistant Secretary-Indian Affairs, 1849 C Street, NW, South Interior Building, Washington, DC 20240. Contract Officer: TBD, Division of Acquisitions & Property Management, 2051 Mercator Drive, Reston, VA 20191. 23. ORGANIZATIONAL CONFLICTS OF INTERESTS: The Contractor acknowledges that it is familiar with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, and agrees to avoid, neutralize or mitigate such conflicts of interest in accordance with the principles set forth in the FAR. If performance of any SOW requires the contractor (to include subcontractors) to supply technical support related to systems or projects with which the contractor is already directly concerned either prime or subcontract, the contractor shall so immediately inform the Contracting Officer. The SOW may be withdrawn if a conflict is found. The Contractor shall not undertake performance of any SOW which requires it to supply technical support regarding such systems until the notice is given, and written consent to proceed is issued by the Contracting Officer.24. FAR SUPPLEMENTARY REGULATIONS:FAR Supplementary Regulations: 1452.204-70 - Release of Claims--Department of the Interior, 1452.224-01-Privacy Act, 1452.226-71-Indian Preference Program, 1452.226-70-Indian Preference, 52.244-06-Subcontracts for Commercial Items, 52.215-02 Alt I - Audit and Records-Negotiation, 52.215-02-Audit and Records-Negotiation, 52.204-11-American Recovery and Reinvestment Act-Reporting Requirements, 52.217-08-Option to Extend Services, 52.217-09-Option to Extend the Term of the Contract, 52.225-22-Notice of Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials, 52.225-22 Alt I-Notice of Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials, 52.203-15-Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.203-15, 52.213-4, 52.214-26, 52.215-2, 52.225-21, thru 52.225-24, 52.244-6. American Recovery and Reinvestment Act (ARRA) Reporting Requirement: Receipt of an award is contingent on the recipient's meeting the requirements in Section 1512 (reports on use of funds) of the American Recovery and Reinvestment Act Recovery Act.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001610013/listing.html)
 
Place of Performance
Address: WASHINGTON, DCVANCOUVER, WA
Zip Code: 20240
 
Record
SN02091454-W 20100314/100313000047-dca73e90530edcc4fe27bc425b2e78dc (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.