SOURCES SOUGHT
99 -- Management Consulting Services for Medical Services program
- Notice Date
- 10/31/2024 8:18:44 AM
- Notice Type
- Sources Sought
- Contracting Office
- ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- Pasmo
- Response Due
- 11/12/2024 10:00:00 AM
- Archive Date
- 11/27/2024
- Point of Contact
- Mr. Ronie M. Namata
- E-Mail Address
-
ronie.b.namata@cbp.dhs.gov
(ronie.b.namata@cbp.dhs.gov)
- Description
- This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that the Department of Homeland Security (DHS), Customs and Border Protection (CBP) will require the acquisition of services described in Attachment 1 of this RFI. The Contracting Officer (CO) does not intend to award a contract on the basis of the RFI and your response. Further, neither CBP nor the Federal Government will be responsible for any contractor costs incurred in providing the requested information contained in this RFI. Contractors responding to the RFI are solely responsible for all expenses associated with their responses. This RFI is conducted solely for the purpose of market research. All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. Information received will be used for CBP internal use only. Please review all attachments. Your response to this RFI for Management Consulting Services for the Medical Services program is requested by 1300 Washington DC time on November 12, 2024. All correspondence must be through email of the primary point-of-contact listed in this RFI. Information Sought from Industry The Medical Services Contract (MSC) program is requesting that interested parties submit a no-more-than 20-page (single sided, standard margins, 11-point font) informational response on company letterhead, with responses to the Request for Information (RFI) requests numbered below. Please provide any other relevant information that is deemed important. The information package shall be sufficiently detailed to assist CBP in evaluating and determining the viability of the technical solution. All answers in response to industry questions will be posted on this notice for public use. The Government is not obligated to, and will not, pay for any information received as a result of this RFI. The documentation should also provide, at a minimum, the following: a. Company Name, b. Address, c. Point of contact, title, telephone number, email address, and web site address, d. Any special small business designation such as small business, Service-Disabled business, veteran-owned, etc., e. Participation in any Government-Wide (GWAC or GSA schedule) or DHS-Wide contract vehicle information. The draft Statement of Work (SOW) describes services that encompass reviewing current contract management processes, assessing existing internal controls, developing new and/or refining existing internal controls, developing corrective actions for identified weaknesses, implementing improper payment provisions, and addressing other risk areas potentially impacting financial management and internal controls for the MSC. Performance of the draft SOW would require proficient financial-related audits, performance audits, and contract audits in accordance with Generally Accepted Government Auditing Standards (GAGAS). Demonstrated experience with an independent assessment of adherence to financial compliance requirements and internal controls along with identify areas for improvement is requested. A draft period of performance is December 1, 2024 to April 30, 2025. Specific questions: 1. Is your company approved by any of the U.S. Federal Government Agencies to provide management consulting services? If yes, please provide past experience details as well as any experience in successfully partnering with other consulting services firms on tasks similar in scope to Attachment 1 (draft SOW). 2. Does your company have experience in understanding the requirements of the DHS annual financial audit and risks along with the capabilities to assess, establish, and improve internal controls of a program similar to the MSC? 3. Identification of risk and benefits of the information in the provided Attachment 1. 4. Your recommended approach to meeting the objective and scope of Attachment 1. 5. Provide an estimated non-binding cost and/or pricing breakdown. Illustrate a range of estimated costs for concepts/solutions to help CBP find the right balance of risk versus cost. For example, but not limited to, does your solution charge costs based on labor rates or team rate pricing structure? 6. Upon review of the draft Statement of Work, please provide any recommended contract vehicles (GSA MAS, FSSS, DHS Strategic Sourcing Vehicles, etc), if any, where the work described in this RFI may fit under. 7. Was our RFI and draft SOW clear in communicating our requirements? Were tasks missing that would help communicate our needs more effectively? Frank responses to the entirety of this RFI are encouraged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0533a1a986fe4af2a51b73a213d290a8/view)
- Place of Performance
- Address: Washington, DC 20004, USA
- Zip Code: 20004
- Country: USA
- Zip Code: 20004
- Record
- SN07254726-F 20241102/241031230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |