Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOURCES SOUGHT

R -- Financial Audit Services

Notice Date
12/20/2012
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
PR1001
 
Archive Date
1/29/2013
 
Point of Contact
Paula Reinhard, Phone: 7037677903, Bonnie Perry, Phone: 7037678184
 
E-Mail Address
paula.reinhard@dla.mil, bonnie.b.perry@dla.mil
(paula.reinhard@dla.mil, bonnie.b.perry@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Defense Logistics Agency (DLA) is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Women-Owned, Service Disabled Veteran Owned Small Business, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for financial audit services via Independent Public Accounting firms that perform multiple types of examinations in accordance with General Accepted Government Auditing Standards (GAGAS) for various Government systems, processes, controls, and corrective actions plans. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. DESCRIPTION OF SERVICES BACKGROUND: In accordance with the National Defense Authorization Act for Fiscal Year 2010, Section 1003, the Financial Improvement and Audit Readiness (FIAR) Directorate developed guidance for reporting entities and service providers working toward the goal of audit readiness. The Defense Logistics Agency is considered a service provider as set forth in FIAR as it performs services for a variety of accounting, personnel, logistics, and system operations and hosting support to other Department of Defense (DoD) Components. As the DLA prepares for achieving audit readiness of its Statement of Budgetary Resources as directed by the FIAR Directorate, the DLA must increase emphasis on accountability of assets and execute a full review of its financial controls and establish interim goals against which to assess progress. The DLA utilizes the FIAR Methodology and its step-by-step policy guide and approach towards achieving improved financial information and audit readiness. The FIAR Methodology contains phases and key tasks for service providers achieving improved financial information and audit readiness as follows: Discovery, Corrective Action, Evaluation, Assertion, Validation, and Statements on Standards for Attestation Engagements No. 16 (SSAE 16), Reporting on Controls at a Service Organization. The DLA has identified and created Corrective Action Plans (CAPs), which must go through Independent Validation and Verification (IV&V) in preparation for Assertion Documentation and finally financial statement audit and SSAE 16 Examination. General Information: The government may utilize non-government personnel under this sources sought. The role of these non-government personnel is to function as technical advisors to the Government reviewers. These non-Government personnel will have access to the information submitted in response to the sources sought, and will provide technical expertise and/or advice as required. All non-government personnel have Non-Disclosure Agreements on file with the Government. Contractors employing these individuals and supporting the project are identified below. In addition, all divisions of companies listed below will be precluded from submitting any response for this effort: Contractor Support Company: •1. Sawdey Solution Services, Inc. 1360 Technology Court Suite 300 Beavercreek, OH 45430 •2. ASI Government, Inc. 1655 North Fort Myer Drive Suite 1000 Arlington, VA 22209 PART I - Technical Capability: The scope of information being sought covers IV&V of CAPs, examination of the Assertion Documentation and complete examination of DLA systems and processes in accordance with the American Institute of Certified Public Accountants' SSAE 16. This sources sought is focused on receiving technical capabilities provided by Independent Public Accounting firms performing multiple types of examinations in accordance with GAGAS for various Government systems, processes, controls, and corrective actions plans. Work to be performed will be within the North American Industry Classification System (NAICS) Code 541219, Other Accounting Service and the small business standard of $19M. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Paula Reinhard and Bonnie Perry via mail addressed to 8725 John J. Kingman Rd., RM 1145, Fort Belvoir, VA 22060 fax to (703) 767-1172, or email to Paula.reinhard@dla.mil and bonnie.b.perry@dla.mil, not later than 10:00 AM EST, January 14, 2013. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (703)767-1903 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant financial audit experience that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of financial audit services including performing multiple types of examinations in accordance with General Accepted Government Auditing Standards (GAGAS). (f) PERCENT OF WORK the firm can commit to accomplishing financial audit services with in-house (no subcontracted) labor. (g) Responses must be unclassified and any proprietary information provided must be marked accordingly. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: "The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation." Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to three (3) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This sources sought is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Contracting Office Address: 8725 John J. Kingman Rd RM 1145, Fort Belvoir, VA 22060 United States Place of Performance: DLA Office of the Inspector General 8725 John J. Kingman Rd Fort Belvoir, VA 22060 United States Primary Point of Contact.: Paula Reinhard, Contracting Specialist paula.reinhard@dla.mil Phone: 7037671901 Fax: 7037671172 Secondary Point of Contact: Bonnie Perry, Contracting Officer bonnie.b.perry.@dla.mil Phone: 7037678184 Fax: 7037671172
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/PR1001/listing.html)
 
Place of Performance
Address: DLA Office of the Inspector General, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02953061-W 20121222/121220234721-e96027ffe6f1455e5bd2ce897e838e05 (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.