Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

R -- Internal Controls Support Services - Solicitation 1

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
A-12-020
 
Response Due
5/8/2012 2:00:00 PM
 
Archive Date
8/12/2013
 
Point of Contact
Justin C. DeWitt, Phone: 2022831230, Ralawna J. Cobb, Phone: 202-283-0395
 
E-Mail Address
justin.c.dewitt@irs.gov, ralawna.cobb@irs.gov
(justin.c.dewitt@irs.gov, ralawna.cobb@irs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 9 - Position Descriptions Attachment 8 - Task Order #1 Performance Work Statement Attachment 6 & 7- Past Performance Reference Form / Past Performance Questionnaires Attachment 5 - Section 508 Spreadsheet Attachment 4 - Non-Disclosure Form Attachment 3 - Performance Requirements Summary Attachment 2 - Task Order Pricing Model Attachment 1 - IDIQ Pricing Model Solicitation A-12-020 SF1449 Cover Letter Bid Cover The Department of Treasury is seeking 8(a) Small Business set-a-side concerns having the ability for providing Internal Controls Support services to the Treasury Executive Office of Asset Forfeiture (TEOAF). The mission of TEOAF is to affirmatively influence the consistent and strategic use of asset forfeiture by the Treasury Forfeiture Fund (TFF) participating law enforcement bureaus, to disrupt and dismantle criminal enterprises. To accomplish its mission, among other things, TEOAF provides financial resources to the TFF participating agencies. In furtherance of accomplishing TEOAF's mission, it is essential to obtain expert quality and technical support services to ensure the integrity of the TFF. Such support requires expertise and personnel skilled in performing program reviews, process reviews, invoice reviews, analysis of financial information, the documentation of financial transaction and programmatic processes and the development and implementation of training on topics specific to the asset forfeiture field. Additionally, proficiency in detecting, solving, and preventing any deficiencies and/or any potential material weaknesses identified during reviews by the Contractor, by the Treasury Inspector General, or by Independent Private Auditors is required. The North American Industry Classification System (NAICS) Code is 541611 for Administrative Management and General Management Consulting Services and the Small Business Size Standard is $7M. The requirement will be an 8(a) Small Business set-a-side. All proposals are due NO LATER THAN 2:00 P.M. EASTERN STANDARD TIME on May 8, 2012 and will be distributed solely through the Federal Business Opportunities website http://www.fbo.gov. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All responsible 8(a) sources may submit a proposal which will be considered by this agency. No collect calls will be accepted. No telephone requests or written requests for the solicitation will be accepted. All questions/comments are due by 4 PM (Eastern Standard Time) on April 19, 2012. Late questions/comments will not be considered.The Government will not provide any information concerning questions in response to telephone calls from Offerors. Answers to "all" questions submitted will be combined and posted on FedBizOpps as an SF30 amendment to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/A-12-020/listing.html)
 
Place of Performance
Address: The primary place of performance is Washington, D.C., and other duty locations as assigned., Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN02720259-W 20120414/120412234826-6a48a82611f6c2e7bb110c43615b77b5 (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.