Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2005 FBO #1144
SOLICITATION NOTICE

R -- ACCOUNTING AND FINANCIAL SUPPORT SERVICES

Notice Date
1/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON0805S5492
 
Response Due
1/28/2005
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NO. BBGCON08055492 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 and 27, dated January 1, 2005. (iv) This is a full and open procurement for accounting and financial support services under NAICS 541219, Other Accounting Services. (v) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) has a requirement for a Contractor to provide accounting and financial support services to the Office of Financial Operations, Director, Financial Operations, as described in the Statement of Work herein. Offeror shall provide a ?fully loaded? price for any proposed positions as well as for each of the Contract Line Item Numbers (CLIN) listed below. In addition, the offeror shall provide a detailed cost breakdown to support the proposed ?fully loaded? price for each position and CLIN. Note: Estimated number of hours per person, per year is 2080 hours. Please be advised that Department of Labor (DOL) Wage Determination No. 1994-2103, Revision No. 32, dated 5/27/2004 applies to this requirement. The Contracting Officer will provide a copy of the above wage determination upon request. CLIN B.1 - Base Year (Mar. 1, 2005 thru Feb. 28, 2006): Firm-fixed price (1 Job); OPTIONS: CLIN B.1.1 ? Additional Senior Financial Analyst: Fixed hourly rate; CLIN B.1.1.1 - Overtime for Senior Financial Analyst: Fixed hourly rate; CLIN B.1.2 ? Additional Accounting Clerk IV: Fixed hourly rate; CLIN B.1.2.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.1.3 ? Additional Accounting Clerk III: Fixed hourly rate; CLIN B.1.3.1 ? Overtime for Accounting Clerk III: Fixed hourly rate; CLIN B.1.4 ? Additional File Clerk: Fixed hourly rate; CLIN B.1.4.1 ? Overtime for File Clerk: Fixed hourly rate; CLIN B.2 - Option Year 1 (Mar. 1, 2006 thru Feb. 28, 2007): Firm fixed Price (1 Job); OPTIONS: CLIN B.2.1 ? Additional Senior Financial Analyst: Fixed hourly rate; CLIN B.2.1.1 ? Overtime for Senior Financial Analyst: Fixed hourly rate; CLIN B.2.2 ? Additional Accounting Clerk IV: Fixed hourly rate; CLIN B.2.2.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.2.3 ? Additional Accounting Clerk III: Fixed hourly rate; CLIN B.2.3.1 ? Overtime for Accounting Clerk III: Fixed hourly rate; CLIN B.2.4 ? Additional File Clerk: Fixed hourly rate; CLIN B.2.4.1 ? Overtime for File Clerk: Fixed hourly rate; CLIN B.3 - Option Year 2 (Mar. 1, 2007 thru Feb. 28, 2008): Firm-fixed Price (1 Job); OPTIONS: CLIN B.3.1 ? Additional Senior Financial Analyst: Fixed hourly rate; CLIN B.3.1.1 ? Overtime for Senior Financial Analyst: Fixed hourly rate; CLIN B.3.2 ? Additional Accounting Clerk IV: Fixed hourly rate; CLIN B.3.2.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.3.3 ? Additional Accounting Clerk III: Fixed hourly rate; CLIN B.3.3.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.3.4 ? Additional File Clerk: Fixed hourly rate; CLIN B.4 - Option Year 3 (Mar. 15, 2008 thru Feb. 28, 2009): Firm-fixed Price (1 Job); OPTIONS: CLIN B.4.1 ? Additional Senior Financial Analyst: Fixed hourly rate; CLIN B.4.1.1 ? Overtime for Senior Financial Analyst: Fixed hourly rate; CLIN B.4.2 ? Additional Accounting Clerk IV: Fixed hourly rate; CLIN B.4.2.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.4.3 ? Additional Accounting Clerk III: Fixed hourly rate; CLIN B.4.3.1 ? Overtime for Accounting Clerk III: Fixed hourly rate; CLIN B.4.4 ? Additional File Clerk: Fixed hourly rate; CLIN B.4.4.1 ? Overtime for File Clerk: Fixed hourly rate; CLIN B.5 ? Option Year 4 (Mar. 1, 2009 thru Feb. 31, 2010): Firm-fixed Price (1 Job); OPTIONS: CLIN B.5.1? Additional Senior Financial Analyst: Fixed hourly rate; CLIN B.5.1.1 ? Overtime for Senior Financial Analyst: Fixed hourly rate; CLIN B.5.2 ? Additional Accounting Clerk IV: Fixed hourly rate; CLIN B.5.2.1 ? Overtime for Accounting Clerk IV: Fixed hourly rate; CLIN B.5.3 ? Additional Accounting Clerk III: Fixed hourly rate; CLIN B.5.3.1 ? Overtime for Accounting Clerk III: Fixed hourly rate; CLIN B.5.4 ? Additional File Clerk: Fixed hourly rate; CLIN B.5.4.1 ? Overtime for File Clerk: Fixed hourly rate; (vi) STATEMENT OF WORK: REQUIREMENTS - The contractor shall provide appropriate skilled personnel to perform financial services support. The contractor shall be responsible to provide all necessary personnel (including a Supervisor) that are required to perform the specified tasks in the Statement of Work (SOW). The Contractor shall provide the necessary services and deliverables delineated below in accordance with the delivery schedule and specified standards of performance. The offeror?s proposed prices for each CLIN shall be ?fully loaded? and include all costs needed to perform the work cited herein. FUNCTIONAL REQUIREMENTS/TASKS TO BE PERFORMED - Perform the processing of financial transactions for the agency, conducting analysis of transactional data and other on-going projects as needed. The objective is to provide financial management staff to support the processing transactions that support the financial records, analyzing financial data, preparing reconciliation?s, and filing financial records. Specific Duties include (but are not limited to): (1) Provide support for troubleshooting and analysis of the agency?s financial and reporting systems (BFMS and RMS). Provide operational support to identify, analyze, and resolve BFMS and RMS related problems. (2) Analyze and research account balances. Research requires the Contractor to search multiple systems and know the relationships between the systems, including how transactions update each system. (3) Performs one or more accounting tasks such as posting to registers and ledgers; balancing and reconciling accounts; verifying the internal consistency, completeness, and mathematical accuracy of accounting documents; assigning prescribed accounting distribution codes; examining and verifying the clerical accuracy of various types of reports, lists, calculations, postings, etc; preparing journal vouchers; or making entries or adjustments to accounts. (4) Performs routine accounting operations, for example, recognizing and comparing easily identified numbers and codes on similar and repetitive accounting documents, verifying mathematical accuracy, and identifying discrepancies and bringing them to the attention of the Contractor?s designated supervisor for this effort. The Contractor?s designated supervisor must give clear and detailed instructions for Contractor?s staff to accomplish specific assignments. Contractor?s staff will refer to the Contractor?s supervisor on all matters not covered by any given instructions. Work is closely controlled and reviewed in detail for accuracy, adequacy, and adherence to instructions. (5) Performs one or more routine accounting operations, such as: examining, verifying, and correcting accounting transactions to insure completeness and accuracy of data and proper identification of accounts, and checking that expenditures will not exceed obligations in specified accounts; totaling, balancing, and reconciling collection vouchers; posting data to transaction sheets where employee identifies proper accounts and items to be posted; and coding documents in accordance with a chart (listing) of accounts. The Contractor?s staff shall follow specific and detailed accounting procedures under the category of ?REQUIRED CONTRACTOR CAPABILITIES? below. Contractor?s completed work will be reviewed for accuracy and compliance with these procedures. (6) Uses a knowledge of double entry bookkeeping in performing one or more of the following: posts actions to journals, identifying subsidiary accounts affected and debit and credit entries to be made and assigning proper codes; reviews computer printouts against manually maintained journals, detecting and correcting erroneous postings, and preparing documents to adjust accounting classifications and other data; or reviews lists of transactions rejected by an automated system, determining reasons for rejections, and preparing necessary correcting material. On routine assignments, Contractor?s staff selects and applies established procedures and techniques. Detailed instructions are provided for difficult or unusual assignments. Completed work and methods used are reviewed for technical accuracy. (7) Process and track commercial claims (electronic and traditional transportation or vendor vouchers), as required, through the entire payment cycle within established Prompt Payment and BBG financial management guidelines and procedures. (8) Validate the submitted voucher and receipt of contracted against Prompt Payment Standards, coordinating the return of invalid claims with the Designated Billing Office (DBO) and the submitting vendor, when necessary. (9) Validate funding leveling and bureau/vendor contracted relationships in the automated financial management system (BFMS), coordinating financial adjustments with the respective program office POC or accounting activity. (10) Manually input commercial claims into the agency?s automated financial management system through the initial or Pass-1 certification, with minimum number of processing errors (less than one percent of payments processed). (11) Maintain accountability of all assigned outstanding claims or payment transactions, providing routine production reports. (12) Coordinate with the affected vendor, the Financial Operations Division management or financial institution for the return of erroneous or duplicate payments. Contractor shall be responsible for the accuracy of all payments. (13) Conduct a complete payment workstation audit, to include an inventory of partially processed and unprocessed claims, providing management reports as required. (14) Communicate claims and payment issues effectively in verbal and written forms, via in person or the telephone or other electronic means, providing written draft management reports or other documents as required. (15) Communicate claims and payment issues effectively in verbal and written forms, via in person or the telephone or other electronic means, providing written draft management reports or other document, as required. (16) Conduct semi-independent claims research and payment reviews, providing payment trends analysis of claims issues and management reports as required. (17) Maintains journals or subsidiary ledgers of the accounting system and balances and reconciles accounts. Typical duties include one or both of the following: Reviews invoices and statements (verifying information, ensuring sufficient funds have been obligated, and if questionable, resolving with the submitting unit, determining accounts involved, coding transactions, and processing material through data processing for application in the accounting system); and/or analyzes and reconciles computer printouts with operating unit reports (contacting units and researching causes of discrepancies, and taking action to ensure that accounts balance). (18) Operate one or more photocopying, photographic, mimeograph and duplicating office machines to make copies of documents such as letters, reports, directives, manuals, articles and bulletins, etc. and file these in the permanent files as needed. (19) The Contractor shall: (a) Process approximately 30,000 invoices annually for payment; (b) Process monthly Purchase Card invoices and reconciliation for approximately 90 card holders; (c) Process up to 5 individual monthly Travel Ticket invoices and reconciliation to approximately 175 travel orders a month; (d) Audit and process approximately 2,500 travel vouchers annually for payment. (e) Process and record approximately 25 travel advances a month. (f) File the invoices, travel vouchers, purchase card payments and reconciliation?s, travel ticket payments and reconciliation?s in the BBG central filing system. REQUIRED CONTRACTOR CAPABILITIES: (1) Knowledge of federal accounting requirements, procedures and guidelines to include Generally Accepted Accounting Principles (GAAP), Federal Accounting Standards Advisory Board standards, and Joint Financial Management Improvement Program (JFMIP) core requirements. (2) Skills and ability to analyze and evaluate financial and accounting data in the processing of financial transactions in the agency?s financial system. (3) Skills and ability to identify and research accounting and operational irregularities in the BFMS, which are not in accordance with GAAP, or agency policies, and guidelines. (4) Skills and ability to interpret and apply accounting, financial and regulatory data. (5) Skills and ability to perform analysis and reconciliation of specified general ledger accounts. (6) Knowledge of Department of State (DoS) domestic and overseas accounting and financial management systems and their interfaces. OTHER REQUIREMENTS: Staff must sign in and out every day and indicate the number of hours chargeable to project. The number of hour projected for task is 8 hours per day. Prior approval must be obtained for any hours worked more than 8 hours. SECURITY REQUIREMENTS - All staff must be able to obtain and maintain a moderate level security clearance. PLACE OF PERFORMANCE ? All work shall be performed at the Broadcasting Board of Governors headquarters building located at 330 Independence Ave, SW, Washington, DC 20237. GOVERNMENT FURNISHED EQUIPMENT ? There are no special requirements for Government Furnished Equipment or Information (GFE/GFI) to support this requirement. During the course of performance and as required, the Government?s personnel shall provide the contractor with copies of documents or information that contain relevant standards, procedures, and guidelines which will be required by the contractor. STANDARDS - All work performed by the Contractor shall be completed in accordance with standard procedures and guidelines provided orally or in writing by the Contractor?s designated Supervisor. DELIVERY SCHEDULE - The contractor shall provide a Supervisor who will coordinate weekly with the Authorized Representative to the Contracting Officer (AR/CO) on work accomplishments. The Contractor?s designated Supervisor shall submit all deliverables and reports to the AR/CO. Specific deliverable items for this requirement are the submission of a ?Monthly Status Report? and weekly time and attendance reports, beginning April 1, 2005. (vii) The contract term shall be from March 1, 2005 through February 28, 2006, with four (4) additional 1-year options to extend the term of the contract, contingent upon availability of funds. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply to this solicitation. Interested contractors who are capable of providing these services should submit a capability statement (consisting of separate technical and price proposals) as noted below. The contractor shall have demonstrated ability and experience in providing the required services. (ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: [1] Offerors are expected to identify team members who will support BBG for the duration of this project, including resumes, experience and projected work assignment as well as narrative and detailed information on project plan and schedule. [2] Offeror?s technical proposal shall demonstrates the offeror?s knowledge of financial systems and system processing of financial transactions; [3] Offeror?s organization qualifications and background, including knowledge of international operations; [4] Detailed information on Offeror?s past performance and relevant contracts for similar services and a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (All references must provide response within 36 hours after being contacted.) and [5] Offeror?s proposed price. When combined, technical evaluation factors are significantly more important than cost or price. The following evaluation factors are listed in descending order of importance and shall be used to evaluate proposals: a) Offeror?s skills and abilities to perform and conduct financial processing transactions; b) Offeror?s knowledge of financial systems and system processing of financial transactions; c) Offeror?s knowledge of international operations; and d) Past Performance. (x) Offerors shall include a completed copy of the provisions at FAR 51.212-3, Offeror Representations and Certifications--Commercial Items with its offer. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. Offerors shall submit to the Contracting Officer, two (2) copies of technical and two (2) copies of price proposal, bound separately. An award may be made without discussion. The successful offeror will be required to complete and submit an ACH form for Electronic Funds Transfer (EFT) to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, including subparagraphs (b) (3,6,7,8 and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (xiii) FAR Clauses 52.232-18, Availability of Funds; 52.217-9 Option To Extend The Term of The Contract, and FAR Clause 52.217-8 Option to Extend Services applies to this procurement. There are no additional contract requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address {http://farsite.hill.af.mil/vffara.htm}. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 2:00 p.m., Eastern Standard Time (EST), on January 19, 2005. Proposals may be faxed to (202) 260-0855 or submitted by email. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2527, Washington, DC 20237 on January 28, 2005 at 2:00p.m., EST. (xvii) Contact Marlene Brooks, Contracting Officer, Telephone: (202) 205-9664, Facsimile: (202) 260-0855, Email: mbrooks@ibb.gov.
 
Place of Performance
Address: 330 Independence Ave. SW, Washington, DC
Zip Code: 20237
Country: USA
 
Record
SN00732709-W 20050113/050111211512 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.