SOURCES SOUGHT
R -- IHS A-123 Federal Managers' Financial Integrity Act (FMFIA) Support Services
- Notice Date
- 10/22/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 19-236-SOL-00003
- Archive Date
- 12/15/2018
- Point of Contact
- Paul B. Premoe, Phone: 3014434470, Natasha A. Royal, Phone: 3014436687
- E-Mail Address
-
paul.premoe@ihs.gov, natasha.royal@ihs.gov
(paul.premoe@ihs.gov, natasha.royal@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified Small Indian-Owned Firms that can participate in the upcoming requirement under the authority of The Buy Indian Act (25 USC 47). Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. BACKGROUND The Federal Managers' Financial Integrity Act (FMFIA) requires the head of each agency to conduct an annual evaluation of its internal controls and financial management systems. The requirements of FMFIA serve as an umbrella under which related management control assessments and reviews are coordinated and considered to support IHS management's annual assurances on the design and effectiveness of internal control. Multiple regulatory changes implementing OMB Circular A123 have led to a renewed call for delivering additional efficiency and value as part of the overall FMFIA implementation in IHS. More effective risk management integration with internal control assessment approaches have come to the forefront in many of these changes. The OMB has continued to encourage Federal agencies to integrate assessment of programmatic controls with that of controls over financial reporting to improve efficiency and effectiveness and bring more value to achieving Agency's mission goals and objectives. Federal Agencies are expanding their control programs to integrate control objectives and assessment efforts as they are related to the requirements of OMB Circular A123 and related appendices, and OMB Circular (A-ll) - Incorporating Enterprise Risk Management in Federal budget, performance measures, financial management, and information and regulatory policies. The objective of this requirement is to acquire the contractor resources to support the Agency's Enterprise Risk Management, and various A123 appendices assessments, and technical assistance to design, implement and sustain needed corrective actions. RESPONSE INFORMATION IHS is seeking contract sources who have demonstrated experience in relevant scope in terms of its size, complexity and magnitude to the activities to be performed under this scope, particularly, that are related to financial management controls assessment and remediation, Enterprise Risk Management, risk-based data analytics, and human capital management in a decentralized healthcare environment. The capability statement shall sufficiently address how the responder's support services will be delivered for the proposed project. The qualifying response for this notice must ensure that the offeror has the experience and capacity to take part in this specific type of requirement. In particular, the responders SHALL address each of the following information: • Contractor's past performance information that is relevant to this requirement. • Contractor's capability to provide Enterprise Risk Management support services. The submission must describe the contractor's risk management methodology to be employed to assess risks for a large, decentralized organization and develop risk response and mitigation plans at an entity/enterprise level of performance to promote improved outcomes; • Contractor's methodology to provide all FMFIA Assessments. • Contractor's experience and knowledge in Internal Control Remediation and Improvement support services. The submission must include the contractor's approach to provide policy analysis and corrective action development, implementation and monitoring services. • Overview of contractor and contractor staff qualifications/certifications. INSTRUCTIONS TO INDUSTRY All capable parties are encouraged to respond. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: a. Company point of contact, mailing address, and telephone number(s), and website address b. Applicable company GSA Schedule number or other available procurement vehicle. c. Company's System for Award Management (SAM) registration status. Disclaimer and Important Notes. This notice shall not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. Furthermore, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email, no later than 12:00pm EST on November 30, 2018. Questions are due on 12:00pm EST on November 2, 2018. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is twenty (20) pages. Interested parties shall submit their response to this notice to the both individuals listed below in order to be considered compliant. Primary POC: Paul Premoe Contracting Officer Email: Paul.Premoe@ihs.gov 301-443-4470 Secondary POC: Natasha Royal Contract Specialist Email: Natasha.Royal@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/19-236-SOL-00003/listing.html)
- Record
- SN05131498-W 20181024/181022230659-0e45f78d8a6ab849e1924168eb2412c0 (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 |