SOURCES SOUGHT
D -- Request for Information(RFI), GFEBS Sensitive Activities - W52P1J-15-R-AUDR
- Notice Date
- 3/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-15-R-AUDR
- Response Due
- 3/20/2015
- Archive Date
- 5/8/2015
- Point of Contact
- Sonja Johnson Wills, 309-782-3384
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(sonja.m.johnsonwills.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I. INTRODUCTION: This is a Request for Information (RFI), as defined in the Federal Acquisition Regulation (FAR) 15.201(e). The Army Contracting Command - Rock Island (ACC-RI) on behalf of GFEBS SA is seeking information for conducting an Audit Readiness Assurance project to field the GFEBS SA system in an audit ready state. This Request for Information (RFI) is for contract holders currently registered small business under the NAICS code 541211, Offices of Certified Public Accountants. II. PURPOSE: The purpose of this RFI is issued solely for information and planning purposes and responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure. This is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this request or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with participating in this RFI. Acknowledgement of receipt of submitted items will not be made, nor will respondents be notified of the outcome of the information received. Information provided in response to this RFI will be used to determine the potential levels of interest, adequate competition, and technical capability restricted to the small business community for providing the required services. The Army plans to implement best practices, to improve productivity, gain efficiencies, and realize cost savings in consideration of industry recommendations in the delivery of the Audit Readiness Assurance Project. III. BACKGROUND & OVERVIEW: The Sensitive Activities (SA) increment of the GFEBS program is being developed to process data in a secure environment to protect and manage classified data. The GFEBS-SA will start with the GFEBS configuration as a starting point for implementing the GFEBS-SA system. Typically, the financial system ERP programs are focused on functionality and the requirements and can often implement a system that has issues with internal controls and other audit readiness factors causing a system to go live that is not audit ready. Without the GFEBS-SA system being implemented in an quote mark audit-ready quote mark state, the Army will be unable to achieve an unqualified (un-modified) audit opinions. The goal of an Audit Readiness Assurance Project is to conduct the set of activities and deliverables necessary for the Army to quote mark go-live quote mark with an audit ready GFEBS-SA financial system. IV. GFEBS SA SCOPE OF SERVICES: The anticipated scope of services to be required to support GFEBS SA in the future includes 4 phases outlined below: SERVICES and DESCRIPTION 1. Data Gathering -Gather relevant data to be used in the analysis phase including: oConfiguration objects oInterface objects oMaterial business processes oDesign documents oAudits and findings oNew requirements oHelp desk ticket issues -DOD SFIS transaction library oAgency chart of accounts and posting logic oAccount derivation rules oJob functions and user role alignment oDocument types oWorkflow objects 2. Analysis -Review information from all sources and assess audit readiness of each key business process -Provide detail recommendation on the configuration and implementation of SAP so that internal controls are identified for the activities/steps for each material business process -Focus on the design of each key control -Integrate the test of controls operating effectiveness with integration testing -Write up test scenarios -Coordinate with GFEBS project team 3. Implement -Refine with specific changes and implementation guidance for GFEBS-SA -Prepare audit readiness documentation -Write detail test scripts -Update deliverables and documentation based on any approved changes 4. Test -Test processes against test cases for audit readiness and the proper implementation of internal controls -Document the test results -Provide management report concluding on the design, operating effectiveness of key controls implemented for the GFEBS-SA systems and its financial reporting environment -Identify issues with key controls design and operating effectiveness and provide solution to management so they can be remediated in a timely manner - prior to system go-live Scope of Services V. INFORMATION REQUESTED: GFEBS SA anticipates awarding a firm fixed price contract to an Economically Disadvantaged Women Owned Small Businesses (8M) to provide proactive audit support services for the Product Manager for General Fund Enterprise Business System - Sensitive Activities (GFEBS-SA). A. RFI: This RFI seeks industry comment and suggestions regarding recommended RFI structure, standard industry terms and conditions related to providing services described in Table 1 Scope of Services. Use Table 2: RFI Structure (below), following the instructions provided, to fill-in the requested information. Column A - Scope of Services: Provide comment and suggestions for identifying a logical breakout of cost elements (based on the above scope of services) and for understanding the contractor's view on where work and contract line item numbers/sub line item numbers become too granular and unmanageable. Column B - Measures/Metrics: Provide comment and suggestions of successful measures/metrics. Measures/metrics may be in terms of technical and managerial, preferably Specific, Measurable, Attainable, Relevant, Time-bound (SMART), and are required from both provider and end-user perspectives. Qualitative, as well as quantitative, measures, and metrics are anticipated. Explicitly define metrics to avoid any ambiguity regarding which service components the metric includes along with providing the timeframe (service window) and frequency of the reporting period. Column C - Government Furnished Information (GFI) Preaward: Provide comment and suggestions on the types of Preaward GFI necessary to understand the requirement and to prepare a technical and cost proposal. COLUMN A COLUMN B COLUMN C (Scope of Service) (Measures/Metrics or SLAs) (GFI Preaward) 1. Data Gathering Comment and suggestions (logistical breakout of cost elements): 2. Analysis Comments: 3. Implementation Comments: 4. Test Comments: RFI Structure B. Capabilities: This RFI seeks industry comment and suggestions regarding capabilities which are vital to the Government and must be continued without interruption and that, upon contract/order expiration, a successor, may continue them. Respond in two pages or less to the questions listed below for your capabilities. 1. Do you have experience working with financial ERP programs? If so, how many years and please provide examples of specific experience. 2. Do you have experience working with Generally Accepted Accounting Principles (GAAP), Generally Accepted Government Auditing Standards (GAGAS) and A-123 Compliance? If so, please provide specific examples. 3. Please provide specific examples of past experience working with programs to ensure they are in an audit ready state. In order to meet the requirements established it is expected that the contractor will possess detailed knowledge of Audit Readiness, as well as, all required experience, technical knowledge and qualification credentials necessary to meet the task requirements. VI. INSTRUCTIONS TO COMPANIES: Participation in response to this RFI will not preclude any contract holder from responding to future acquisitions, either individually or as part of a team. small business contractors who wish to respond to this RFI should submit a brief capabilities statement package (no more than three pages), responding to the capabilities questions to demonstrate their ability to perform the services listed herein and shall be formatted in Times New Roman, 12-point type, with one inch margins and compatible with MS Office Word or.pdf. Company Profile: Please provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team. RequestResponse Company Name, Address, and Country of Business Company Representative, Business Title, Email and Phone Number Cage Code Partners Team Approach Business Classification/Socio-Economic Status (e.g., small, 8(a), women-owned, hub-zone, SDB, Service-Disabled Veteran-owned) Indicate specific capabilities and experience in performing the described requirement by specifically delineating any US Government contract and/or subcontract numbers and/or any commercial contracts, a description of those requirements, periods supported, type of contract, was your company a prime or subcontractor, and approximate value of support rendered. Please submit your responses via electronic mail (e-mail) by 1500 Central Time on 6 March 2015 to Army Contracting Command Contracting Officer, Ryan Larrison [ryan.r.larrison.civ@mail.mil] and Contract Specialist, Sonja Johnson Wills [sonja.m.johnsonwills.civ@mail.mil]. Note: Files greater than 5MB shall not be transmitted through the computer firewall. Therefore, any file greater than 5MB must be submitted by CD-ROM media to: Ryan Larrison Army Contracting Command-Rock Island, Bldg. 62, 3rd Floor 1 Rock Island Arsenal Rock Island, IL 61299 If the Government has additional questions or a need for information following the evaluation of your response you may be contacted and asked to provide that information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/93f1e7e363eadba60572976b7c731aa6)
- Place of Performance
- Address: Washington DC Area 200 Stovall Street Alexandria, VA 22332. Alexandria VA
- Zip Code: 22332
- Zip Code: 22332
- Record
- SN03661421-W 20150311/150309234850-93f1e7e363eadba60572976b7c731aa6 (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 |