SOLICITATION NOTICE
R -- financial audit services - Statement of Work
- Notice Date
- 1/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, National Headquarters/Management Services Division, 5601 Sunnyside Avenue, Mail Stop 5460, Beltsville, Maryland, 20705-5000
- ZIP Code
- 20705-5000
- Solicitation Number
- AG-3A75-S-12-0005
- Archive Date
- 2/8/2012
- Point of Contact
- Robert H. Terry, Jr., Phone: 202-720-0064, Marian Jones-Millwood, Phone: 2027206924
- E-Mail Address
-
robert.terry@wdc.usda.gov, Marian.millwood@wdc.usda.gov
(robert.terry@wdc.usda.gov, Marian.millwood@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Standards for Financial Audit Services Statement of Work The Natural Resources Conservation Service (NRCS) requires financial statement and internal control audit services for one base year term with three option years. This will result in a Requirement - Indefinite Quantity Contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 Acquisitions of Commercial Items and FAR 15 Contracting by Negotiations and as supplemented with additional information and provisions included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This will result in an indefinite quantity contract. The solicitation number is AG-3A75-S-12-0005 and is issued as a Request for Proposals. The solicitation document and incorporation provisions and clauses are those in effect through the Federal Acquisition Circular 2005-54. The Federal Acquisition Regulations (FAR) and the Agriculture Acquisition Regulations (AGAR) clauses and provisions referenced in this solicitation can be found in full text at https://www.acquisition.gov/far/. This acquisition is based on the lowest price, technically acceptable offer. Tasks orders will be issued for this contract. Place of Performance: USDA/Natural Resources Conservation Services, 1400 Independence Avenue, SW, Washington, DC 20250. This is a Total Small Business Set Aside. The applicable NAICS Code is 541211, with a business size standard of $8.5 Million. Task orders will be negotiated as firm fixed-price procurements. Firms will be evaluated based on the criteria listed in this Request for Proposals. All responsible sources may submit a proposal which shall be considered by the agency. PERIOD OF PERFORMANCE: The financial statement and internal control audit services are being sought for one base year plus three potential option years. Technical Acceptability Factors: Proposals submitted will be reviewed to confirm that the offerors have: 1. Experience in conducting financial audits of large government entities. Please list at least three of your past contracts giving dates of previous contracts with government entities, the business name and the dollar value of the previous contracts 2. Experience conducting financial audits. Please list the managerial approach to execute a financial audit of a major government agency. 3. Adequate staff and resources to cover a large geographic area. Please fill out the attached financial questionnaire and list and explain the contracts you have held in the past covering large geographic areas. 4. Experience working with the Government Auditing Standards. 5. Staff qualifications in accordance with the attached Statement of Work. Offerors whose proposals do not meet the above criteria shall not be considered technically acceptable. EVALUATION PROCEDURES: In order for the Government to complete an equitable, independent and accurate assessment of each proposal, offers must submit proposals conforming to the contractor qualifications described in the Statement of Work. Each proposal submitted will be reviewed to confirm that the offer meets the technical acceptability factors set forth. If the offeror does not meet these technical acceptability factors by the time and date the proposals are due, the offeror will be disqualified. If the offeror meets the technical acceptability factors, then the proposal will be evaluated on the lowest price, technically acceptable basis. The Technical Proposal will be evaluated with the following technical acceptability factors: 1.) The experience of conducting financial audits of large government entities: Experience: Rating 3 + years experience Pass 2.) Evaluation of the managerial approach to execute a financial audit of a major government agency: Approach: Rating Approach is detailed and appears to be effective Pass 3.) Adequate staff and resources to cover a large geographic area: Contractor's Qualification and Financial Information Sheet: Rating Demonstrates the qualification to cover the entire country with financial capacity Pass 4.) Experience working with the Government Auditing Standards: Experience: Rating 3 + years experience Pass 5.) Staff Qualifications: Experience: Rating 3+ years experience Pass Business/price proposals will be evaluated to determine the offeror's responsibility and to determine if their proposed prices are realistic and reasonable. The Government may evaluate the price proposals without discussions, except for clarifications. Therefore, the offeror's initial price proposal should contain the offeror's best terms from a cost or price standpoint. Proposals shall be submitted in two separate volumes/files: 1. A Technical Proposal which content and arrangement shall be as described in the provision entitles, "Instruction for Preparing the Technical Proposal". and 2. A Price Proposal which shall be prepared in detail as described in the provision entitled, "Instruction for Preparing the Price Proposal". Instructions for Preparing Technical Proposal: a) The technical proposal shall effectively demonstrate a thorough understanding of the Statement of Work (SOW) and Quality Assurance Surveillance Plan (QASP) and demonstrate the offeror's ability to meet the project requirements and provide the deliverables described in the SOW. (b) Technical proposal should be practical, legible, clear and coherent. General statements that the offeror can comply with the requirements will not, by themselves, be adequate. Failure to provide the technical information requested may be reason for rejection of the offer. To permit objective evaluation of the technical proposal, no cost or price information shall be included in the Technical Proposal. (c) This is not a Best Value Source Selection Acquisition. Please complete the attached Contractor's Qualification and Financial Information Sheet. In order to preclude a conflict of interest, the vendor that provides the audit findings should not be the same vendor that recommends or implements the corrective actions that would result from the audit remediation services (currently Solicitation AG-3A75-S-12-0004). Thus, the awardee of the audit remediation solicitation will not be eligible to be the awardee of the financial statement and internal control audit services contract. Instruction for Preparing Price Proposal: (a) Proposed price per deliverable shall be submitted by line item by each offeror for the required services. Pricing shall be included and provided for the one-year base term plus the three option years. Pricing will be based on the objectives and deliverables in the SOW. (b) Offerors are hereby notified that even if other cost or pricing data are not initially requested in this solicitation, the Contracting Officer reserves the right to request such data if it is later found necessary. (c) Travel will not be submitted for the price proposal but will be invoiced monthly in accordance with the Federal Travel Regulations and the Statement of Work. (d) Wages must be in accordance with the FAR 52.222-46, Evaluation of Compensation for Professional Employees : This provision requires that offerors submit for evaluation a total compensation plan setting forth proposed salaries and fringe benefits for professional employees working on the contract. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure. Plans indicating unrealistically low professional employees compensation may be assessed adversely as one of the factors considered in making an award. (e) Proposals that are unrealistic in terms of technical commitment or unrealistically low in price will be deemed to show an inherent lack of technical competence or failure to comprehend the complexity and risk of the contract requirements. This may be grounds for the rejection of the proposal. The offeror's price proposal by line item is for evaluation purposes only. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly online at www.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Proposals must be valid for 60 calendar days after the close of this combination synopsis/solicitation. The offeror must comply with the following commercial terms and provisions which are incorporated by reference. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ and www.usda.gov/procurement/policy/agar.html. FAR Clauses: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-5, Covenant; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures, 52.203-8, Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.203-14 Display of Hotline Posters-Any required posters may be obtained from www.nm.nrcs.usda.gov/about/eeo/posters/hotline. 52.204-2 Security Requirements; 52.204-4 Printed or Copied Double-sided on Postconsumer Fiber Content Paper; 52.204-7 Central Contractor Registration;52.204-8 Annual Representations and Certifications- NAICS Code:541211, Small Business Size Standard: $8.5 Million;52.504-9 Personal Identity Verification of Contractor Personnel; 52.207-2 Notice of Streamlined Competition; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.214-34 Submission of Offers in the English Language;52.214-35 Submission f Offers in U.S. Currency;52.215-1 Instructions to Offeror - Competitive Acquisition, Alternate I;52.215-2 Audit and Records - Negotiations;52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data; 52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications;52.216-1 Type of Contract: The Government contemplates award of a IDIQ-Requirement Contract resulting from this solicitation;52.216-18 Ordering-Task orders may be issued from the date of the contract award through the expiration of the contract;52.216-19 Order Limitations: Minimum Order $300.00, Maximum Order $4,000,000.00;52.216-21 Requirements; 52.216-22 Indefinite Quantity: Guaranteed Minimum Order is $128,000.00, Contractor Furnished Maximum is $4,000.000.00; 52.217-8 Option to Extend Services: The Contracting Officer may exercise the option by written notice to the Contractor within 15 days from the expiration of the contract.; 52.219-6 Notice of Total Small Business Set-Aside;52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Re-representation;52.222-3 Convict Labor;52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity;52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.232-6 Drug-Free Workplace; 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification;; 52.228-5 Insurance-Work on a Government Installation; 52.228-7 Insurance-Liability to Third Persons; 52.229-3 Federal, State, and Local Taxes; 52.232-15 Progress Payments Not Included; 52.232-17 Interest; 52.232-23 Assignment of Claims; 52.232-25 Prompt Payment; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest: NRCS, Customer Service Division, Acquisition Services Team, 1400 Independence Avenue, SW, Room 6141, Washington, DC 20250; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2;52.252-4 Alterations in Contract. Protection of Government Buildings, Equipment, and Vegetation; 52.239-1 Privacy or Security Safeguards; 52.242-3 Penalties for Unallowable Costs; 52.242-13 Bankruptcy;52.243-1 Changes-Fixed Price, Alternate I;52.244-6 Subcontracts for Commercial Items; 52.245-1 Government Property, 52.245-2 Government Property Installation Operation Services; 52.245-9 Use and Charges;52.246-4 Inspection of Services - Fixed Price; 52.246-20 Warranty of Services; 52.246-25 Limitation of Liability-Services; 52.246-34 F.O.B. Destination;52.249-2 Termination for Convenience of the Government (Fixed-Price); 52.249-4 Termination for Convenience of the Government (Services)(Short Form);52.249-8 Default (Fixed-Price Supply and Service); 52.250-1 Indemnification Under Public Law 85-804; 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil;52.252-2, https://www.acquisition.gov/far/, www.arnet.gov/far/, www.usda.gov/procurement/policy/agar.html; Clauses Incorporated by Reference: http://farsite.hill.af.mil;, https://www.acquisition.gov/far/, www.arnet.gov/far/, www.usda.gov/procurement/policy/agar.html. AGAR: 452.224-70 Confidentiality of Information (Feb 1988); 452.237-75 Restrictions against Disclosure (Feb 1988); Proposals shall be forward to Natural Resources Conservation Service, Customer Service Division, Acquisition Service Team, Attention: Mr. Robert Terry, 1400 Independence Avenue, SW, Washington, D.C. 20250, 202-720-0064 no later than the closing date of this notice. Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following to the address noted above: a. Provide Contractor Name, Address, Phone, Fax, and Email. b. Technical Proposal c. Price Proposal d. Contractor's Qualifications and Financial Information e. Professional Compensation Package - See FAR 52.222-46 Primary Point of Contact: Robert H. Terry, Jr. Secondary Point of Contact: Marian Jones-Millwood Contracting Office Address: 1400 Independence Avenue, SW Room 6141 Washington, DC 20250 Place of Contract Performance: USDA/Natural Resources Conservation Services (NRCS) 1400 Independence Avenue, SW Washington, District of Columbia 20250 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MSD/AG-3A75-S-12-0005/listing.html)
- Place of Performance
- Address: USDA/Natural Resources Conservation Services (NRCS), 1400 Independence Avenue, SW, Washington, District of Columbia, 20250, United States
- Zip Code: 20250
- Zip Code: 20250
- Record
- SN02650915-W 20120111/120109234117-afd42b01a58d771c96cd8be3bdb50950 (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 |