Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SPECIAL NOTICE

R -- NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO GUIDEHOUSE INC. FOR AUDIT SUPPORT SERVICES

Notice Date
11/14/2024 9:24:00 AM
 
Notice Type
Special Notice
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
TW100920241453
 
Response Due
11/18/2024 8:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
STEVEN YANG, KAREN SMITH
 
E-Mail Address
steven.yang3.civ@mail.mil, karen.a.smith202.civ@mail.mil
(steven.yang3.civ@mail.mil, karen.a.smith202.civ@mail.mil)
 
Description
THIS IS NOT A REQUEST FOR QUOTES. PURSUANT TO FAR 5.203(a), THIS IS A NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO GUIDEHOUSE INC. FOR AUDIT SUPPORT SERVICES The United States Department of Defense (DoD), Washington Headquarters Services, Acquisition Directorate (WHS/AD), on behalf of the Washington Headquarters (WHS) Services Financial Management Directorate (FMD), intends to issue a sole source award to Guidehouse Inc., 1676 International Drive Suite 800, McLean, VA 22101-3600 for Audit Support Services. FMD requires Audit Support Services to provide audit remediation support to possess financial audit readiness and/or audit/examination experience with federal agencies and non-federal organizations of comparable size and complexity to address issues impeding auditability of the Defense-wide appropriations. Much of the work to be performed will require interaction with the Property Management Offices, as well the Defense Finance and Accounting Service (DFAS) and other Service Providers such as the United States Army Corps of Engineers (USACE), to assist in remediation of audit findings. The focus of the support for this engagement will be on remediating Property, Plant, and Equipment (PP&E) audit deficiencies as identified externally by the independent auditors or internally by the contractor through audit readiness efforts. The estimated value of the contract will range from $4,750,000.00 to $5,250,000.00. The anticipated award will be made under the authority of 41 U.S.C. 1901 under the procedures FAR 13.5 �Simplified Procedures for Certain Commercial Products and Commercial Services.� The government intends to issue a sole source contract vehicle as it is in the interest of economy and efficiency because it is a logical follow-on to the initial competitive task order awarded against GSA FSS. Guidehouse, as the incumbent, has obtained knowledge and specific technical expertise for supporting the Property, Plant and Equipment (PP&E) audit remediation since September 2023. Guidehouse is the only vendor capable to support the completion of the PP&E audit remediation by December 31, 2028, as mandated by Fiscal Year (FY)2024 National Defense Authorization Act (NDAA). The situation that puts Guidehouse as the only capable vendor is having developed the WHS Real Property Master Project List (MPL) Data Integrity Dashboard to monitor data errors that requires a technical skill set to sustain the formulas, macros, user interface that the Department does not possess. This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this notice via email to whs.mc-alex.ad.mbx.ks@mail.mil and steven.yang3.civ@mail.mil with a PDF file, referencing notice of intent number TW100920241453, no later than 11:00 A.M. EST, November 18, 2024. All information submitted should support the offerors capability to provide the services required and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the Sole Source Award. The primary North American Industry Classification System (NAICS) code is 541211 Offices of Certified Public Accountants with a Small business size standard $26.5 Million.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20dacd2c87db47b8a30a0830c349478e/view)
 
Place of Performance
Address: VA 22350, USA
Zip Code: 22350
Country: USA
 
Record
SN07264627-F 20241116/241114230105 (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 |
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.