SOURCES SOUGHT
D -- Technical support services for HUD Integrated Financial Management Improvement Project
- Notice Date
- 1/10/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Housing and Urban Development, Denver Field Contracting Operations, Denver Contracting Operations, 633 - 17th Street 8th Floor, Denver, CO, 80202-3607
- ZIP Code
- 80202-3607
- Solicitation Number
- R-2002-AMI-00490
- Archive Date
- 2/15/2003
- Point of Contact
- Greg Callaghan, Contract Specialist, Phone 303-672-5281 x1823, Fax 303-672-5062, - Gay Julian, Supvy Contract Spec. (Branch Chief), Phone 303-672-5281 x1819, Fax 303-672-5061,
- E-Mail Address
-
Charles_G._Callaghan@hud.gov, Gay_E._Julian@hud.gov
- Description
- The Department of Housing and Urban Development (HUD) has a requirement for technical services, to be performed in Washington, DC, to support the HUD Integrated Financial Management Improvement Project (HIFMIP). The HIFMIP initiative is in the planning stage and has requirements to refresh the CFO Vision for HUD financial management systems and to perform cost-benefit, feasibility, and risk analyses to culminate in a solution for the future direction of HIFMIP. In a February 27, 2002 audit report of HUD's Financial Statements for Fiscal Years 2001 and 2000, the HUD Office of the Inspector General recommended that the Office of the Chief Financial Officer (OCFO) initiate and complete independent and unbiased feasibility and cost-benefit studies for a HUD integrated financial management project. The feasibility and cost-benefit analyses should include alternatives to upgrade the current legacy system, utilize an application host, use a cross-servicing strategy, or acquire a new JFMIP-certified COTS solution. OCFO contractor support services will include: update of the HUD Financial Management Vision in an effort to verify the current flow of financial events, financial systems, and external information flows; identification of systems challenges and proposed remedies; and the provision of recommendations for development of an integrated HUD financial management system solution. Knowledge and learning from the Vision will provide a framework for additional contract support services to conduct feasibility, cost-benefit, and risk analyses that will determine a new financial management systems approach for HUD. The contractor support services require knowledge of the federally-mandated JFMIP requirements and use of the Automated Standard Application for Payments System (ASAP) or the Payment Management System (PMS) for grant payments, consideration of the Government-wide accounting initiative from Treasury Financial management Systems (FMS), and OMB's proposed Electronic Commerce Portal for interagency receivables and payables. It is anticipated that the performance period will be 18 months. The Vision work would be done as the base performance with 2 follow-on options. Option 1 is to perform the HUD Systems Development Methodology Initiate Stage work consisting of the Cost/Benefit Analysis, Risk Analysis, Feasibility Study, and System Decision Paper. Option 2 is to develop a project plan based on the selected HIFMIP solution. HUD intends to procure the services using the GSA Federal Supply Schedule. HUD intends to solicit only small businesses if sufficient qualified small businesses, or small business-led teams, can participate. If the competition is opened up to large businesses, interested large businesses will need to express intent to subcontract at least 40% of the work to small businesses. For purposes of determining size status, NAICS code 541519, with $21M in average annual receipts, will be used. Interested parties must notify the Contract Specialist and provide the requisite information via email at the following address: charles_g._callaghan@hud.gov. If you have difficulty submitting an email reply, then please call Mr. Callaghan at (303) 672-5281, x 1823. With the email notification of interest, parties shall provide 1) their qualifications sufficient to ascertain the vendor may be able to perform the requirements stated above, including knowledge of the noted systems, 2) identification as to whether the vendor is large or small and, if large, intent to subcontract 40% or more, and 3) the vendor's GSA schedule number. Interested parties must respond no later than 4:00 pm Mountain Time, January 31, 2003. Vendors who do not provide the mandatory information will not be considered.
- Place of Performance
- Address: Washington, D.C.
- Zip Code: 20410
- Country: USA
- Zip Code: 20410
- Record
- SN00236827-W 20030112/030110213315 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |