Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
MODIFICATION

R -- Non-personal services contract - Independent Public Accounting (IPA) Firm to address issues impeding the auditability of the Armys financial statements as well as to enhance the Armys financial improvement Plans (FIP) effectiveness.

Notice Date
5/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW10R0131
 
Response Due
5/17/2010
 
Archive Date
7/16/2010
 
Point of Contact
Jeffery D Harris, 703-428-0153
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(jeffery.d.harris@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of Deputy Assistant Secretary of the Army (Financial Operations) intends to procure Research, Analytical and Technical Services using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If determined by the Government that small business concerns are capable of performing this requirement based on the evaluation of their capability packages submitted, those small business concerns maybe considered as awardees for this potential Multiple Award IDIQ type contract. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541211 with a size standard of $8.5M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. Small business concerns are to outline their experiences in the following key areas: (1) What is your experience with delivering auditing solutions to the Army or the Federal Government? (2)What is your experience and expertise in providing assessments and improvements of financial statement auditability plans? (3)What is your experience with pertinent Office of Management and Budget (OMB) policies and federal financial management systems requirements? (4)What is your experience in performing financial statement audits and audit readiness services within the Army, the federal government, or Fortune 500 companies? (5)What is your experience with DoD policies, systems and procedures for personnel, acquisition, inventory, property and material management? (6) Do you have the capability to perform the requirements at the 44 different locations listed in the PWS? Areas or tasks where a contractor does not have prior experience should be annotated as such. Your complete capability packages must be submitted no later than 17 May 2010, NLT 12:00 AM Eastern Standard Time (EST) To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to MAJ Jeffery Harris for this procurement. A Firm Fixed Price IDIQ contract is anticipated. The anticipated period of performance will be Base Year of 12 months and three (3) 12-month option years. The place of performance will be CONUS, OCONUS (see attach list of location). Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 24 June 2010. The RFP must be retrieved and downloaded from FedBizOps. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is MAJ Jeffery Harris, at 703-428-0153 or jeffery.d.harris@us.army.mil or Mr. Derwin D. Rush, at 703-428-0340 or derwin.rush@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b6ed2e905218779b3653a7fff5da5c8)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02149866-W 20100516/100514234712-4b6ed2e905218779b3653a7fff5da5c8 (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.