SOURCES SOUGHT
R -- Reliability Assessments of DoD Financial Operations
- Notice Date
- 3/8/2004
- Notice Type
- Sources Sought
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-04-R-0065
- Response Due
- 3/22/2004
- Point of Contact
- Krista Hayden, Contract Specialist, Phone (301) 757-9069, Fax 301-757-2628, - Adrienne Somerville, Contracting Officer, Phone (301) 757-9057, Fax (301) 757-2628,
- E-Mail Address
-
krista.hayden@navy.mil, adrienne.somerville@navy.mil
- Description
- DESCRIPTION: Naval Air Systems Command Aircraft Division (NAVAIR AD), on behalf of the Office of the Inspector General (IG) Defense Financial Auditing Service (DFS), is seeking information in the form of capability statements from all interested parties with the capability to assess the reliability of accounting information used by Department of Defense (DoD) to develop agency financial statements. In response to this Request For Information (RFI), all interested parties may submit statements of qualifications. This is not a request for competitive proposals or quotations. The proposed contract will include a three-year base period. The work will be completed at various locations. An IDIQ Multiple Award contract with Firm Fixed Price (preferred method), Cost Plus Fixed Fee and Time and Material task orders is anticipated. The scope of the Financial Management Reliability Assessment requirements will be divided into lots based on the size standard/small business certification. It is anticipated each offeror will indicate the lot(s) for which they are submitting their offers. Offerors who are qualified HUBZone concerns may submit an offer for Lot I. Offerors who are qualified 8(a) concerns may submit an offer for Lot II. Qualified small business concerns can submit an offer for Lot III. Lot IV will be issued on an unrestricted basis. However, alternative acquisition approaches are encouraged. NAVAIR-AD intends to release a draft solicitation via the NAVAIR homepage. Requests for the draft solicitation may be sent to: krista.hayden@navy.mil. The draft solicitation once released will be available at the NAVAIR web page at http://www.navair.navy.mil/doing_business/open_solicitations. It is the potential offeror's responsibility to monitor this site for the release of any solicitation and amendments. Telephone inquiries will not be accepted. All Internet responses must provide a return Internet address, a Post Office mailing address, Point of Contact, and Telephone Number within the body of the response. Internet responses without the aforementioned information will be disregarded. NAVAIR-AD intends to conduct an Industry Day/Pre-solicitation Conference in the Crystal City (Arlington, VA) area. All respondents will be notified via e-mail of the exact time and location of the conference. In addition, Industry Day information will be posted on the website. The draft solicitation will be accessible via the Internet in Microsoft Word format and will reside at: http://www.navair.navy.mil/doing_business/open_solicitations. This is not a request for competitive proposals or quotations. BACKGROUND: The Inspector General Department of Defense (IG DoD) is currently implementing a long-range strategy to conduct audits of DoD financial statements. The Chief Financial Officer’s Act of 1990 (P.L. 101-576) requires that agencies prepare annual financial statements, and the IG DoD audit the agency prepared financial statements. For a sample of IG DoD financial statement reports, go to http://www.dodig.osd.mil/audit/reports/03report.htm and select reports D-2003-050, D-2003-047, D-2003-042. The Department’s financial statements must cover all accounts and associated activities of each office, bureau, and activity of each component within the DoD. The IG DoD must verify the reliability of agency financial statements through the use of audits and other methods. Currently, the Department’s financial statements are being developed using various financial management systems throughout the DoD. The reliability of these systems directly impacts the DoD’s ability to produce reliable financial statements. The IG DoD is committed to increasing the resources devoted to auditing the financial statements, and the related financial management business activities. The IG DoD’s strategy is intended to facilitate the Department’s commitment to improve financial management and attain auditable financial statements that support an unqualified opinion. To accomplish this strategy, NAVAIR AD intends to develop commercial contract sources to perform assessments of DoD financial management business activities and practices. SERVICES REQUIRED: Reliability Assessments of DoD Financial Operations Sources are sought to conduct reliability assessments of individual DoD Components involving their financial related operations, activities, functions, and processes, used to compile and prepare the DoD's financial statements. The assessments will also determine whether internal controls over financial reporting are in place and operating as intended. Examples of the DoD Components that may require an assessment include but not limited to: - Army General Fund - Army Working Capital Fund - Navy General Fund - Navy Working Capital Fund - Air Force General Fund - Air Force Working Capital Fund A reliability assessment is a preliminary evaluation to determine if an entity’s financial statements can withstand a full-scale audit and a means by which to identify significant issues, if any, that may preclude the performance of a full-scale financial statement audit. The specific services required for each type of assessment will be reflected in individual statements of work for each task order. A performance work statement will be developed on a case-by-case basis describing the technical requirements, and functional performance requirements and the nature and type of service(s) needed. The reliability assessments must conform to Generally Accepted Government Auditing Standards (GAGAS) [http://www.gao.gov/govaud/yb2003.pdf] and American Institute of Certified Public Accountants (AICPA) standards. The IG DoD will monitor the contractor’s work in accordance with the General Accounting Office (GAO)/President's Council on Integrity and Efficiency (PCIE) Financial Audit Manual (FAM), Section 650, "Using the Work of Others." Specifically, the IG DoD will determine whether the contractor's work complies with GAGAS and AICPA standards through the use of periodic contractor reporting and ongoing access to contractor’s working papers. The IG DoD will also ensure that the work supports the reliability assessment conclusions. The IG DoD will issue task order contracts with variable performance timeframes for each order. It is envisioned that IPA with IG DoD oversight will primarily conduct the reliability assessments. Contract Objective(s). The overall program objective is to determine whether various DoD financial statements, taken as a whole, are accurately presented in all material respects, and in conformity with generally accepted accounting principles. The objective(s) of individually awarded task orders will be to determine the accuracy and reliability of the DoD Components Financial Management Systems, processes, activities, functions, operations, policies, and procedures involved in the compilation and preparation of agency financial statements. CAPABILITY STATEMENT REQUIREMENTS: An interested party should be able to demonstrate, in any capability statements submitted, experience with evaluating Government financial and financial related operations including financial management systems, processes, activities, functions, operations, policies, and procedures involved in the compilation and preparation of an agencies financial statements. NAVAIR-AD intends to award one or more contracts to have access to the full range of expertise required. Experience may include, both government and commercial work that the offeror has performed. Demonstrated evidence may include, but not be limited to customer names and addresses, description of work performed/delivered, description of types/complexity of systems worked on, description of strategies to accomplish the work, description of communication strategies with the customer, and significant accounting and information technology issues resolved. If applicable, highlight any Government financial and financial related work performed (include contract numbers). Interested parties should be able to demonstrate their ability to perform these evaluations with only personnel that are U.S. citizens. Finally, offerors should include an analytical comparison of their capability in terms of the services requested by this RFI. RESPONSES TO THIS REQUEST FOR INFORMATION SHOULD CONTAIN THE FOLLOWING INFORMATION: 1) A 3-5 page summary of the contractor’s “relevant” prior work; 2) description of any potential conflicts of interest the offeror may have in performing the work, 3) A brief description of the contractor’s quality control processes for deliverables; 4) references (names and contact information) for whom the contractor has performed similar work, 5) a one-page corporate summary including your web site, 6) a listing of any current negotiated GSA schedule, government contract, or commercial pricing rates, and 7) a statement identifying if the offeror is a small business, 8(a) firm, small disadvantaged business, women-owned business, or HUBZone firm. This is a Request For Information announcement only. This is not a request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submission to this RFI nor does it intend to pay for any costs incurred in response to this announcement. Written capability statements must be submitted no later than 22 March 2004 to: NAVAL AIR SYSTEMS COMMAND Attn: A. M. Somerville, Phone (301) 757-9057, E-Mail: adrienne.somerville@navy.mil 21983 Bundy Road, Bldg. 441 Patuxent River, MD 20670 Electronic submittal of capability statements is acceptable. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0065/listing.html)
- Place of Performance
- Address: Various
- Record
- SN00577354-F 20040501/040429215842 (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 |