Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOLICITATION NOTICE

R -- Management, Consulting, Accounting, and Auditing Support for BIA's Division of Property Management, Central Office. THIS IS A BUY INDIAN ACT SET-ASIDE.

Notice Date
2/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
RBM00110001
 
Response Due
3/3/2011
 
Archive Date
2/10/2012
 
Point of Contact
Cari Fraser Contracting Officer 7033906348 cathleen.fraser@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisitions Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, RBM00110001, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is a "Buy Indian Act" Set-Aside for ONLY Native American Indian/Alaskan Native business entities. NAICS Code: 541611. This is anticipated to be a firm-fixed price type purchase order. The following is the Statement of Work (SOW): 1.0 BACKGROUND: The Division of Property Management, Central Office is responsible for ensuring that the Department of Interior, Indian Affair's (IA's) Real and Personal property are accurately recorded and accounted for in IA's Fixed Asset Inventory system as well as the reconciliation with the Federal Finance System (FFS). This office oversees IA's more than $3.2 billion in property, plant, and equipment. 2.0 PURPOSE: The purpose of this requirement is to provide professional management, consulting, accounting, and auditing services in support of Property Management accountability. 3.0 SCOPE OF WORK/TASKS: The Contractor shall provide professional management consulting, accounting and audit services to support the Division of Property Management's effort to continue its' elimination of material weaknesses associated with its' Property, Plant and Equipment (PP&E) accounts. Services are required to ensure Indian Affair's continuation to receive an unqualified opinion on its' Annual Financial Statements related to property. These services include, but are not limited to: Fixed Asset System support; Assistance in the development of policy and procedures; Construction In Progress support, and audit support and assistance to Financial Management accounting as it relates to PP&E. The Contractor shall work the same hours as the Division of Property Management personnel with some weekend work when necessary not to exceed 1920 per year. Task 1: Fixed Asset System Support: The Contractor shall provide the following Fixed Asset System support, including but not limited to: Providing technical assistance to Regional, Agencies and Schools within Indian Affairs; Fixed Asset Subsystem (FAS) data entry, Corrections and modifications; Support in all other aspects of property, plant and equipment as it related to real and personal property; and developing and reviewing exception reports to ensure that all discrepancies are corrected and reconciliation efforts are covered with stand independent audit findings without error in a timely manner. Task 2: Assistance in the Development of Policy and Procedures: The Contractor shall provide assistance in the development of policy and procedures, including but not limited to: Identifying any audit findings and corrective actions which address processes identified under Fixed Asset System support, including changes based on administrative reviews. The Contractor must also ensure that all policies are tested and adhered to. Task 3: Construction In Progress Support: The Contractor shall assist Central Office and other construction programs within Indian Affairs to ensure that the construction-in-progress transfers are moved from the accounting general ledger to the appropriate asset type general ledger and encoded into the Bureau's inventory system (FAS) timely. This task includes a full understanding of real and personal property general ledger accounts and accounting entries within the Federal Finance System that captures all costs associated with project cost accounting. Task 4: Audit Support and Assistance to Financial Management Accounting as it relates to PP&E: The Contractor shall provide support and assistance to Indian Affairs as it relates to property, plant & equipment. This support includes, but is not limited to: Preparing quarterly reports on all additions and deletions on capitalized fixed assets; Researching and identifying any anomalies related to property management; Performing physical on-site audits of personal and real property; Sampling fixed asset data to provide data integrity; and responding to all data call requests. 4.0 PLACE OF PERFORMANCE: Central Office Property Management, located at the Western Regional Office in Phoenix, Arizona. (2600 N. Central Avenue, Suite 440) 5.0 PERIOD OF PERFORMANCE: The period of performance shall be April 1, 2011 through March 31, 2012 with four 12-month option periods. 6.0 DELIVERABLES: The Contractor shall: (1) Attend a kickoff meeting within 10 days after award at the Central Office Property Management Office in Phoenix, Arizona; (2) Provide a detailed project plan based on the kickoff meeting approximately 30 days after the kickoff meeting; (3) Provide monthly email reports to the COTR. The appropriate email address will be given within 10 working days after award. (4) The Contractor shall provide a final report at the completion of the 5 year project. The final report shall include the following: (a) Summary of performance of services; (b) List of any problems encountered during annual inventory procedures and certification. Summary should include description of any potential audit findings and resolutions which may be useful for IA in planning future projects; (c) List of any problems relating to reconciliation of real and personal property to IA's general ledger accounts. Summary should include specific reconciling items and resolutions which may be useful or IA in planning future projects; and (d) List of addresses of all contact information. 7.0 SPECIAL PURCHASE ORDER REQUIREMENTSa. Contractor Personnel Security and Suitability Requirements: Performance of this purchase order requires Contractor personnel to have a Federal government-issued Personal Identity Verification (PIV) credential before being allowed unsupervised access to a DOI [facility]. The Contracting Officer's Representative (COR) or Contracting Officer's Technical Representative (COTR) will be the requesting official, and will make arrangements as a DOI Access Card Sponsor for personal identity verification and DOI Access Card issuance.At least two weeks before start of purchase order performance, the Contractor must identify all Contractor and Subcontractor personnel who will require [physical and/or logical] access for performance of work under this purchase order. Physical Access means routine, unescorted or unmonitored access to non-public area of a Federally-controlled facility. Logical Access means routine, unsupervised access to a Level 3 or 4 Federally controlled information system. The Contractor must make their personnel available at the place and time specified by the COR/COTR in order to initiate screening and background investigations. The following forms and inquiries, or their equivalent, will be used to initiate the credentialing process: (1) OPM Standard Form 85 or 85P; (2) OF 306; (3) National Criminal History Check (NCHC) (local procedures may require the fingerprinting to be done at a police station; in this case, any charges are to be borne by the contractor); (4) Release to Obtain Credit Information; and (5) PIV card application (web-based). Before starting work under this purchase order, a National Criminal History Check (NCHC) will be initiated to verify the identity of the individual applying for clearance and to determine the individual's suitability for the position. If the NCHC adjudication is favorable, a DOI Access Card will be issued for that individual. If the adjudication is unfavorable, the credentials will not be issued and the contractor must make other arrangements for performance of the work. In the event of a disagreement between the Contractor and the Government concerning the suitability of an individual to perform work under this purchase order, DOI shall have the right of final determination. Contractor employees must give, and authorize others to give, full, frank, and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. Government personnel may contact the contractor personnel being screened or investigated in person, by telephone or in writing, and the Contractor must ensure they are available for such purchase order. Alternatively, if an individual has already been credentialed by another agency through OPM, and that credential has not yet expired, further investigation may not be necessary. In that case, the contractor must provide the COR/COTR with documentation that supports the individual's credentialed status. Contractor employees who have been successfully adjudicated will be issued DOI Access Cards, which must be activated at a USAccess Credentialing Center. Those Contractor employees not located within a reasonable travel time of a USAccess Credentialing Center will be screened and issued alternate credentials, such as temporary access badges. During performance of the purchase order, the Contractor must keep the COR/COTR apprised of changes in personnel to ensure that performance is not delayed by compliance with credentialing processes. Cards that have been lost, damaged, or stolen must be reported to the COR/COTR and Issuing Office within 24 hours. If reissuance of expired credentials is needed, it must be coordinated through the COR/COTR. At the end of purchase order performance, or when a Contractor employee is no longer working under this task order, the Contractor must ensure that all identification cards are returned to the COR/COTR. This requirement must be incorporated into any subcontracts that require subcontractor personnel to have routine unsupervised access to a Federally controlled facility for more than 180 calendar days or any unsupervised access to a Federally controlled Level 3 or 4 information system. b. Data Use, Disclosure of Information, and Handling of Sensitive Information: The Contractor shall maintain, transmit, retain in strictest confidence, and prevent unauthorized duplication, use, and disclosure of information. The Contractor shall provide information only to employees, contractors, and subcontractors having a need to know such information in the performance of their duties for this project. Information made available to the Contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer (CO). If public information is provided to the Contractor for use in performance or administration of this effort, the Contractor except with the written permission of the CO may not use such information for any other purpose. If the Contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the Contractor shall consult with the COR regarding use of that information for other purposes. The Contractor agrees to assume responsibility for protecting the confidentiality of Government records which are not public information. Each offeror or employee of the Contractor to whom information may be made available or disclosed shall be notified in writing by the Contractor that such information may be disclosed only for a purpose and to the extent authorized herein. Performance of this effort may the Contractor to access and use data and information proprietary to a Government agency or Government contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or Contract personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorize Government personnel or upon written approval of the CO. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the Contractor without such limitation or prohibit an agreement at no cost to the Government between the Contractor and the data owner that provides for greater rights to the Contractor. All data received, processed, evaluated, loaded, and/or created as a result of this purchase order shall remain the sole property of the Government unless specific exception is granted by the CO. c. Travel: The Contractor will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel. The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. 8.0 INSTRUCTION TO QUOTERS: All Quoters shall submit a quote consisting of a separate technical and price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. a. Basis of Award: The Government will make an award based upon best-value. Technical factors as a whole are more important than price. The evaluation factors are as follows: (1) Technical Approach and Understanding (35%); (2) Qualifications of Key Personnel (30%); (3) Past Performance (20%); and (4) Corporate Capability (15%). b. Volume 1: Technical Quote: The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Quoter has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Quoter's understanding of the detail and complexity of the requirements may be evaluated. b.1 Technical Approach and Understanding - (35 %): The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. The Quoter's quote will be evaluated to determine if the Quoter has demonstrated a thorough understanding of all the requirements specified in the Statement of Work, for providing property management support service as it related to all property, plant, and equipment. The Quote shall provide an overall technical approach, proposed methodology, and a project work plan for implementation the services in meeting deadlines for the schedule deliverables. The Quoter shall also address its expertise and knowledge of the following: (1) Describe and provide a clear understanding of the Federal government general ledger accounts and tables in the Federal Finance System (FFS) and the tables within the Fixed Asset Subsidiary System (FAS) of FFS. The Quoter must have a thorough understanding and ability of how the two systems link and their relationships in regard to procurement and expenditures in accounting for property, plant and equipment in an inventory system; (2) Describe the ability to handle data entry without needed training to both the FFS and the FAS; (3) Describe an understanding of how reports are generated from the fixed asset universe within a Government agency and ability to create ad-hoc reports as needed from a Government agency's financial and inventory systems; (4) Describe understanding of construction projects as it pertains to a Government agency. Must show an understanding of project accounting and how it transforms into completed real property assets within a Government agency's property, plant and equipment; and (5) Describe the quality control administrative process pertaining to information and documentation, i.e. monthly reports, reconciliation reports, annual inventory certification, annual inventory worksheets, etc. that will be utilized in providing service to the Government. b.2 Qualifications of Key Personnel - (30%): The key personnel proposed for this requirement shall possess relevant experience and knowledge related to the requirements in the SOW. Personnel Qualifications shall be evaluated based upon the resumes submitted. Resumes shall be current, updated within the past year, and limited to three pages. Resume pages in excess of three pages will not be evaluated. The Quoter shall provide a point of contact, contract number, award amount, phone number, and email addresses for the past property management project(s) for the last 5 years. The Quoter shall demonstrate its experience of the proposed Supervisory Contractor as well as the Office Support Staff. The Supervisory Contractor must have a diversity of 5 years or more of property management experience and a four year college degree in accounting. The proposed Contractor should have a minimum of direct work experience in a Government agency's property management reconciliation, accounting system, as well as its property system. Key personnel, including all subcontracted personnel and roles, shall be identified in an organizational diagram to be submitted with the Quoter's technical quote. b.3 Past Performance - (20%): Quoters will be evaluated on the following areas: conforming to contract specifications; project management skills; standards of workmanship; adherence to contract schedules and requirements; timeliness; history of reasonable and cooperative behavior with Indian Affairs' director, agencies, and field personnel as well as auditors and other government agencies. Quoters shall provide a list of contracts (including current contracts) similar in size, scope, and complexity as the work described in the Statement of Work. Quoters shall provide the contract number, period of performance, point of contract information, and the description of the requirement. Quoters should note that Past Performance is related to the "quality" and how well a Contractor performed the services under a contract. b.4 Corporate Capability - (15%): The Quoter shall demonstrate its experience in successful completion on projects of similar scope, magnitude, and complexity within the past five years. The Quoter's quote shall provide background on its technical experience in the following areas: (1) Describe similar experience demonstrating knowledge and understanding in providing technical and support assistance in this RFQ; (2) Describe experience, knowledge and understanding of annual inventory procedures, including discrepancy worksheets, reconciliation to a Government agency's subsidiary and providing solutions to abnormalities; (3) Describe experience in reconciling general ledger accounts to subsidiary system; (4) Describe experience in construction-in-progress reconciliation and accounting for project completion in an inventory system; and (5) Describe how skills have been gained through prior employment with the Government in one of the accounting, auditing, budget or finance career series or through employment in the private sector working for Contractors' doing the same or similar work as that required by this purchase order. c. Volume 2: Price Quote The Quoter shall submit a price quote, fully supported by pricing information, in sufficient detail for the Government to determine that the proposed price is realistic and consistent with the proposed technical approach. The Quoter shall submit fixed loaded hourly rates, which shall be all inclusive of the direct labor rate, fringe benefits, applicable indirect cost rates, and any profit (if applicable) for each labor category. The Quoter shall provide a complete explanation for each Other Direct Cost item, including travel, detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. The Government will evaluate the Quoter's prices for price reasonableness and price completeness/accuracy. Price analysis will be done on a "total price" basis, consistent with a fixed price methodology. 9.0 CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-3 Convict Labor (June 2003); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984). 10.0 QUESTIONS: Questions must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov (no telephone calls please) on or before 4:00 pm EST, Thursday, February 17, 2011. Quoters shall also reference the RFQ number in the subject line of their email. 11.0 QUOTE: Quotes must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov on or before 4:00 PM EST, Thursday, March 3, 2011. Quoters shall also reference the RFP number in the subject line of their email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RBM00110001/listing.html)
 
Place of Performance
Address: 2600 N. Central AvenueSuite 440Phoenix, AZ
Zip Code: 85003
 
Record
SN02377350-W 20110212/110210234429-46c99818a3776ec8a1e93c1c4e049c0f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.