Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

R -- Audit Remediation Services

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Headquarters/Management Services Division, 5601 Sunnyside Avenue, Mail Stop 5460, Beltsville, Maryland, 20705-5000
 
ZIP Code
20705-5000
 
Solicitation Number
AG-3A75-S-12-0004
 
Archive Date
1/14/2012
 
Point of Contact
Robert H. Terry, Jr., Phone: 301-504-2167, Marian Jones-Millwood, Phone: 2027206924
 
E-Mail Address
robert.terry@wdc.usda.gov, Marian.millwood@wdc.usda.gov
(robert.terry@wdc.usda.gov, Marian.millwood@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Natural Resources Conservation Service (NRCS) requires audit remediation services for one year. This will result in a Requirement - Indefinite Delivery, Indefinite Quantity Contract. This combined synopsis/solicitation is for commercial services in accordance with FAR 22.100 Service Contract Act of 1965. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This is a best value source selection solicitation. The solicitation number is AG-3A75-S-12-0004 and is issued as a Request for Proposal. The solicitation document and incorporation provisions and clauses are those in effect through the Federal Acquisition Circular 2005-54. The Federal Acquisition Regulations (FAR) and the Agriculture Acquisition Regulations (AGAR) clauses and provisions referenced in this solicitation can be found in full text at http://farsite.hill.af.mil. This is a Total Small Business Set Aside. The applicable NAICS Code is 541211, with a business size standard of $8.5 Million. Task orders will be negotiated as firm fixed-price procurements. Firms will be evaluated based on the criteria listed in the Request for Proposal. All responsible sources may submit a proposal which shall be considered by the agency. PERIOD OF PERFORMANCE: The Audit Remediation Services are being sought for one year. The minimum order amount is $225,800.00 and the maximum order amount is $4,000,000.00, with a contract ceiling of $7,000,000.00. Pre-Qualification Criteria: Proposals submitted will be reviewed to confirm that the offerors have at least three years experience in audit remediation and /or auditing shall be considered. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: In order for the Government to complete an equitable, independent and accurate assessment of each proposal, offers must submit proposals conforming to the contractor qualifications described in the Statement of Work. Each proposal submitted will be reviewed before it is evaluated to confirm that the offer meets the pre-qualification criteria set forth above. If the offer does not meet the pre-qualification criteria by the time and date the proposals are due, the offeror could be disqualified. If the offeror meets the pre-qualification criteria, then the technical proposal will be evaluated on the basis of the evaluation factors listed below. Evaluation factors are listed in order of importance with their relative evaluation values. Offerors will be ranked according to their scores to determine the competitive range of the most highly rated proposals, with the highest score representing the most highly technically qualified offeror. Business/price proposals of the offerors within the competitive range will then be evaluated to determine the offeror's responsibility and to determine if their proposed prices are realistic and reasonable. The Government may evaluate the price proposals without discussions, except for clarifications. Therefore, the offeror's initial price proposal should contain the offeror's best terms from a cost or price standpoint. Proposals shall be submitted in two separate volumes/files: 1. A Technical Proposal which content and arrangement shall be as described in the provision entitles, "Instruction for Preparing the Technical Proposal". This will also address the source selection evaluation factors and 2. A Price Proposal which shall be prepared in detail on a basis as described and set forth in the provision entitled, "Instruction for Preparing the Price Proposal". Instructions for Preparing Technical Proposal: a) The technical proposal shall effectively demonstrate a thorough understanding of the Statement of Work (SOW), Quality Assurance Surveillance Plan (QASP) and demonstrate the offerors ability to meet the project requirements and provide the deliverables described in the work statement.(b) Technical proposal should be practical, legible, clear and coherent. General statements that the offeror can comply with the requirements will not, by themselves, be adequate. Failure to provide the technical information requested may be reason for rejection of the offer. To permit objective evaluation of the technical proposal no cost or price information shall be included in the Technical Proposal. (c) Technical proposals shall also address at a minimum, the Best Value Source Selection Evaluation Factors as follows: Factor 1: Experience in federal financial audit deficiency remediation. 40% This factor evaluates the Offeror's experience in resolving Federal financial audit deficiencies and its approach to this Statement of Work (SOW). The evaluation will consider the Offeror's explanation of audit remediation work performed and its demonstrated success of such efforts, including explanations of how its work contributed to or resolved the Federal entity's material weaknesses, significant deficiencies, control deficiencies, etc. This factor evaluates the Offeror's project management capabilities and its approach to resolve NRCS' audit identified issues: undelivered orders, revenue and unfilled customer orders, accruals, financial reporting, property, plant and equipment, general access and application controls and purchase and fleet card transactions. Additionally, this factor evaluates the Offeror's knowledge and experience surrounding implementing and enhancing agency A-123 programs. This factor evaluates the Offeror's knowledge of the legal and regulatory rules governing federal grants, agreements, and contracting processes. The evaluation will rate the contractor's previous experience in these areas and in applying the relevant rules and regulations. This factor evaluates the contractor's knowledge of Federal accounting standards (Generally Accepted Accounting Principles) and its experience in applying GAAP to ensure proper, compliant business processes. Factor 2: Experience in developing and implementing standardized business practices. 30% This factor evaluates the contractor's experience in developing and implementing efficient, cost effective standardized business processes that are compliant with Federal GAAP, statutes, rules and regulations. The evaluation will include a review of the contractor's previous experience in developing and implementing efficient standard business practices. Specific experience developing standardized business practices in a de-centralized environment will also be evaluated. Factor 3: Staffing plan, mix, and expertise. 20% This factor evaluates the proposed staffing plan, ensuring that proposed personnel are adequate to complete the job within the given timelines and proposed labor mix to accomplish the SOW. The review will consider the qualifications and experience of the individuals proposed and the likelihood that the contractor has or can provide necessary staffing levels. The evaluation will also consider the contractor's staffing strategy to address the audit remediation work in a cost efficient, effective manner. Factor 4: Past Performance. 10% This factor evaluates the Offeror's past performance which includes the offeror's demonstrated record of performance on recent/relevant efforts. Current contracts or subcontracts completed or substantially completed within the past five (5) years from the issuance of solicitation will be considered RECENT. Contracts of similar size and complexity and have a logical connection with the work being acquired are considered RELEVANT. Relevant contracts represent much of the scope of the effort for a Government agency valued between $5M - $8M. Relevant contracts include providing strategies, quality control plans, monthly status reports and training. Please complete the attached Contractor's Qualification and Financial Information Sheet. Instruction for Preparing Price Proposal: (a) A lump sum shall be submitted by line item by each offeror for the required services. Pricing shall be included and provided for the one year base term. There are no option years. Pricing will be based on the objectives and deliverables in the SOW. (b) Offerors are hereby notified that even if other cost or pricing data are not initially requested in this solicitation, the Contracting Officer reserves the right to request such data if it is later found necessary. (c) Travel for specified contract locations will be at the rate in accordance with the Federal Travel Regulations. (d) Wages must be in accordance with the FAR 52.222-46, Evaluation of Compensation for Professional Employees : This provision requires that offerors submit for evaluation a total compensation plan setting forth proposed salaries and fringe benefits for professional employees working on the contract. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure. Plans indicating unrealistically low professional employees compensation may be assessed adversely as one of the factors considered in making an award. (e) Proposals which are unrealistic in terms of technical commitment or unrealistically low in price will be deemed to show an inherent lack of technical competence or failure to comprehend the complexity and risk of the contract requirements. This may be grounds for the rejection of the proposal. (e) Task orders will be issued for this contract. (f) Place of Performance: USDA/Natural Resources Conservation Services, 1400 Independence Ave., SW, Washington, DC 20250. The offeror's price proposal by line item is for evaluation purposes only. Clin 0001. Audit Remediation Service, Quantity: 12, Unit of Issue: Month, Unit Price______________________; Total Cost________________________. Clin 0002 Travel, Quantity: 12, Unit of Issue: Month, Unit Price _______________; Total Cost ______________________. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly online at www.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Proposals must be valid for 60 calendar days after the close of this combination synopsis/solicitation. The offeror must comply with the following commercial terms and provisions which are incorporated by reference. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/, http://farsite.hill.af.mil;52.252-2, www.arnet.gov/far/, and www.usda.gov/procurement/policy/agar.html. FAR Clauses: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-5, Covenant; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures, 52.203-8, Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.203-14 Display of Hotline Posters-Any required posters may be obtained from www.nm.nrcs.usda.gov/about/eeo/posters/hotline. 52.204-2 Security Requirements; 52.204-4 Printed or Copied Double-sided on Postconsumer Fiber Content Paper; 52.204-7 Central Contractor Registration;52.204-8 Annual Representations and Certifications- NAICS Code:541211, Small Business Size Standard: $8.5 Million;52.504-9 Personal Identity Verification of Contractor Personnel; 52.207-2 Notice of Streamlined Competition; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.214-34 Submission of Offers in the English Language;52.214-35 Submission f Offers in U.S. Currency;52.215-1 Instructions to Offeror - Competitive Acquisition, Alternate I;52.215-2 Audit and Records - Negotiations; 52.215-10 Price Reduction for Defective Cost or Pricing Data;52.215-12 Subcontractor Certified Cost or Pricing Data; 52.215-15 Pension Adjustments and Asset Reversions; 52.215-17 Waiver of Facilities Capital Cost of Money;52.215-18 Revision or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions52.215-19 Notification of Ownership Changes;52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data; 52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications;52.216-1 Type of Contract: The Government contemplates award of a IDIQ-Requirement Contract resulting from this solicitation;52.216-18 Ordering-Task orders may be issued from the date of the contract award through the expiration of the contract;52.216-19 Order Limitations: Minimum Order $300.00, Maximum Order $4,000,000.00;52.216-21 Requirements; 52.217-8 Option to Extend Services: The Contracting Officer may exercise the option by written notice to the Contractor within 15 days from the expiration of the contract.; 52.219-6 Notice of Total Small Business Set-Aside;52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Re-representation;52.222-3 Convict Labor;52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity;52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-46 Evaluation of Compensation for Professional Employees, 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Vertification; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.232-6 Drug-Free Workplace; 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification;52.227-3 Patent Indemnity; 52.227-18 Rights in Data-Existing Works; 52.228-5 Insurance-Work on a Government Installation; 52.228-7 Insurance-Liability to Third Persons; 52.229-3 Federal, State, and Local Taxes; 52.232-15 Progress Payments Not Included; 52.232-17 Interest; 52.232-23 Assignment of Claims; 52.232-25 Prompt Payment; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest: NRCS, Customer Service Division, Acquisition Services Team, 1400 Independence Avenue, SW, Room 6141, Washington, DC 20250; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2;52.252-4 Alterations in Contract. Protection of Government Buildings, Equipment, and Vegetation; 52.239-1 Privacy or Security Safeguards; 52.242-3 Penalties for Unallowable Costs; 52.242-13 Bankruptcy;52.243-1 Changes-Fixed Price, Alternate I;52.244-6 Subcontracts for Commercial Items; 52.245-1 Government Property, 52.245-2 Government Property Installation Operation Services; 52.245-9 Use and Charges;52.246-4 Inspection of Services - Fixed Price; 52.246-20 Warranty of Services; 52.246-25 Limitation of Liability-Services; 52.246-34 F.O.B. Destination;52.249-2 Termination for Convenience of the Government (Fixed-Price); 52.249-4 Termination for Convenience of the Government (Services)(Short Form);52.249-8 Default (Fixed-Price Supply and Service); 52.250-1 Indemnification Under Public Law 85-804; 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil;52.252-2, https://www.acquisition.gov/far/, www.arnet.gov/far/, www.usda.gov/procurement/policy/agar.html; Clauses Incorporated by Reference: http://farsite.hill.af.mil;, https://www.acquisition.gov/far/, www.arnet.gov/far/, www.usda.gov/procurement/policy/agar.html. AGAR: 452.224-70 Confidentiality of Information (Feb 1988); 452.237-75 Restrictions Against Disclosure (Feb 1988); Proposals shall be forward to Natural Resources Conservation Service, Customer Service Division, Acquisition Service Team, Attention: Mr. Robert Terry, 1400 Independence Avenue, SW, Washington, D.C. 20250, 202-720-0064 no later than the closing date of this notice. Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following to the address noted above: a. Provide Contractor Name, Address, Phone, Fax, and Email. b. Technical Proposal c. Price Proposal d. Contractor's Qualifications and Financial Information e. Professional Compensation Package - See FAR 52.222-46
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MSD/AG-3A75-S-12-0004/listing.html)
 
Place of Performance
Address: USDA/Natural Resources Conservation Services (NRCS), 1400 Independence Avenue, SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN02635701-W 20111210/111208234051-cc409fd6f0f829036c193ed77a983be6 (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.