Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

R -- R- Payment Recapture/ Recovery Auditing Services - Solicitation 1

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-3142-S-11-0055
 
Response Due
9/16/2011 3:00:00 PM
 
Point of Contact
Janice L Tillery, Phone: Email Questions, Matthew Faulkner,
 
E-Mail Address
janicel.tillery@dm.usda.gov, Matthew.Faulkner@cfo.usda.gov
(janicel.tillery@dm.usda.gov, Matthew.Faulkner@cfo.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
PWS Pg4-49 - MS Word Format Only RFP Pages 4-49 Payment Recapture / Recovery Auditing RFP Pages 1-3 Payment Recapture / Recovery Auditing SYNOPSIS IS CHANGED TO READ: The United States Department of Agriculture (USDA) has a requirement for Payment Recapture/Recovery Auditing Services to improve the Department's ability to detect, recover and prevent improper payments in accordance with Request For Proposal (RFP) AG-3142-S-11-0055. RFP QUESTIONS - NO TELEPHONE CALLS, PLEASE. Questions should be submitted in writing at JaniceL.Tillery@dm.usda.gov and Matthew.Faulkner@cfo.usda.gov not later than 3:00 pm (ET), Thursday, September 8, 2011. Questions submitted after this due date and time may not receive a response. PROPOSAL DUE DATE AND TIME - All offers shall be received not later than 3:00 pm (ET), Friday, September 16, 2011 via email at JaniceL.Tillery@dm.usda.gov and Matthew.Faulkner@cfo.usda.gov. Offerors must ensure the email, proposal and all correspondence is marked: Payment Recapture/Recovery Auditing Services, Solicitation AG-3142-S-11-0055. INSTRUCTIONS TO OFFERORS: See Instructions to Offerors for additional proposal submission instructions. Offerors are expected to examine the entire Request for Proposal (RFP). Offerors should not expect or assume that opportunities to address any deficiencies, such as incomplete information will be given. Therefore all offerors are advised to ensure that offers submitted are complete and provide the best value (with applicable discounts) when submitted on the offer due date. The Department of Agriculture anticipates awarding a Recovery Audit Reimbursement (No Cost) Indefinite Delivery Indefinite Quantity (IDIQ) contract for performance based commercial services in accordance with the attached Performance Work Statement (PWS). The Contractor will be reimbursed based on a Contingency Fee (Percentage Rate) of the improper payments the United States Department of Agriculture (USDA) recovers. The Contractor shall: provide the tools, methodologies, and skills necessary to work with appropriate officials in addressing the recovery auditing/payment recapture needs of the Department; provide recovery auditing/payment recapture services to meet the mission of the USDA- CTGPD by improving the Department's ability to detect, recover and prevent improper payments, providing sound financial leadership that instills strong fiduciary management, effective internal controls, and careful stewardship of financial resources in the delivery of its programs; provide recovery auditing services and strategies covering the breadth and depth of USDA programs and activities (e.g., grants, loans, benefits, contracts and other assistance); provide periodic reports on conditions giving rise to overpayments identified by the Contractor and any recommendations on how to mitigate such conditions; and report to the USDA credible evidence of fraud or vulnerabilities to fraud, and conduct appropriate training of personnel of the Contractor on identification of fraud. The North American Industry Classification System (NAICS) codes for this requirement are 541611, 541618, 541990, 561499. This requirement will procured utilizing procedures in the Federal Acquisition Regulation (FAR) Part 12, Commercial Items, resulting in the best value for the Government. IMPORTANT REMINDER: Please be aware that the Department is no longer in the "Market Research" stage of this requirement and vendors are advised not to contact the program office directly to speak with anyone now that this official Request for Proposal (RFP) has been issued. The only USDA contact at this point regarding this requirement must be with the Contracting Officer, in writing to ensure the integrity of the requirement. The solicitation is issued as a Request For Proposal (RFP) and is solely available to interested offerors electronically for downloading via the internet at Federal Business Opportunities at www.fbo.gov. Interested offerors are responsible for downloading the solicitation and all related documents including amendments from www.fbo.gov. Interested offerors shall propose "open market" prices representing the Best Value to USDA. Please do not submit in accordance with GSA Federal Supply Schedule (FSS) or other federal contract terms and conditions since this RFP is be available to all interested offerors. GSA and other federal contract holders may only submit an "open market" proposal. All interested offerors must obtain a Dunn & Bradstreet number, Tax Identification number, and maintain current Central Contractor Registration (CCR). The United States Department of Agriculture (USDA) has a requirement for Payment Recapture/Recovery Auditing Services to improve the Department's ability to detect, recover and prevent improper payments in accordance with Request For Proposal (RFP) AG-3142-S-11-0055. RFP QUESTIONS - NO TELEPHONE CALLS, PLEASE. Questions should be submitted in writing at JaniceL.Tillery@dm.usda.gov and Matthew.Faulkner@cfo.usda.gov not later than 3:00 pm (ET), Thursday, September 8, 2011. Questions submitted after this due date and time may not receive a response. PROPOSAL DUE DATE AND TIME - All offers shall be received not later than 3:00 pm (ET), Friday, September 16, 2011 via email at JaniceL.Tillery@dm.usda.gov and Matthew.Faulkner@cfo.usda.gov. Offerors must ensure the email, proposal and all correspondence is marked: Payment Recapture/Recovery Auditing Services, Solicitation AG-3142-S-11-0055. INSTRUCTIONS TO OFFERORS: See Instructions to Offerors for additional proposal submission instructions. Offerors are expected to examine the entire Request for Proposal (RFP). Offerors should not expect or assume that opportunities to address any deficiencies, such as incomplete information will be given. Therefore all offerors are advised to ensure that offers submitted are complete and provide the best value (with applicable discounts) when submitted on the offer due date. The Department of Agriculture anticipates awarding a Recovery Audit Reimbursement (No Cost) Indefinite Delivery Indefinite Quantity (IDIQ) contract for performance based commercial services in accordance with the attached Performance Work Statement (PWS). The Contractor will be reimbursed based on a Contingency Fee (Percentage Rate) of the improper payments the United States Department of Agriculture (USDA) recovers. The Contractor shall: provide the tools, methodologies, and skills necessary to work with appropriate officials in addressing the recovery auditing/payment recapture needs of the Department; provide recovery auditing/payment recapture services to meet the mission of the USDA- CTGPD by improving the Department's ability to detect, recover and prevent improper payments, providing sound financial leadership that instills strong fiduciary management, effective internal controls, and careful stewardship of financial resources in the delivery of its programs; provide recovery auditing services and strategies covering the breadth and depth of USDA programs and activities (e.g., grants, loans, benefits, contracts and other assistance); provide periodic reports on conditions giving rise to overpayments identified by the Contractor and any recommendations on how to mitigate such conditions; and report to the USDA credible evidence of fraud or vulnerabilities to fraud, and conduct appropriate training of personnel of the Contractor on identification of fraud. The North American Industry Classification System (NAICS) codes for this requirement are 541611, 541618, 541990, 561499. This requirement will procured utilizing procedures in the Federal Acquisition Regulation (FAR) Part 12, Commercial Items, resulting in the best value for the Government. IMPORTANT REMINDER: Please be aware that the Department is no longer in the "Market Research" stage of this requirement and vendors are advised not to contact the program office directly to speak with anyone now that this official Request for Proposal (RFP) has been issued. The only USDA contact at this point regarding this requirement must be with the Contracting Officer, in writing to ensure the integrity of the requirement. The solicitation is issued as a Request For Proposal (RFP) and is solely available to interested offerors electronically for downloading via the internet at Federal Business Opportunities at www.fbo.gov. Interested offerors are responsible for downloading the solicitation and all related documents including amendments from www.fbo.gov. Interested offerors shall propose "open market" prices representing the Best Value to USDA. Please do not submit in accordance with GSA Federal Supply Schedule (FSS) or other federal contract terms and conditions since this RFP is be available to all interested offerors. GSA and other federal contract holders may only submit an "open market" proposal. All interested offerors must obtain a Dunn & Bradstreet number, Tax Identification number, and maintain current Central Contractor Registration (CCR).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-11-0055/listing.html)
 
Place of Performance
Address: See RFP AG-3142-S-11-0055., United States
 
Record
SN02553093-W 20110831/110829234959-d0c6f2b797a01f4f915b540b83fee6f5 (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.