SPECIAL NOTICE
R -- Intent to Sole Source
- Notice Date
- 9/11/2025 6:51:11 AM
- Notice Type
- Special Notice
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- BUREAU OF THE FISCAL SERVICE
- ZIP Code
- 00000
- Solicitation Number
- 20346425F00015
- Response Due
- 9/23/2025 7:00:00 AM
- Archive Date
- 10/08/2025
- Point of Contact
- Mindy Winans, Procurement
- E-Mail Address
-
mindy.winans@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov
(mindy.winans@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov)
- Description
- ******************** Amendment 1 The purpose of this amendment is to clarify a typo in this Special Notice. This Intent to Sole Source is for Saggar & Rosenberg. No other terms and conditions have been changed. ******************** Special Notice Saggar & Rosenberg PC #SS-CNS-25-074 Fiscal Service Procurement, on behalf of the Corporation of National & Community Service (AmeriCorps), Office of the Inspector General (OIG) intends to modify a current Blanket Purchase Agreement (BPA) Call with Saggar & Rosenberg, PC, One Church Street Suite 700, Rockville, MD 20850-4158. This requirement has been determined to be an Out of Scope modification to the vendor�s current Blanket Purchase Agreement (BPA) Call, 20346425F00015 for Financial Audits and FISMA Audit Services. This requirement was originally competed under a multi award BPA under GSA and in accordance with FAR Part 8. This notice is being posted in accordance with Department of Treasury deviations and recent Revolutionary FAR Overhaul changes. The FISMA contract work evaluates the information security system of the agency at a point in time, and AmeriCorps� FY 2025 FISMA audit was underway and assessing the environment prior to the significant April 2025 staffing and resource reduction at AmeriCorps. The OIG requires an additional assessment of the information security system as it exists now, post reduction, and any risks resulting from the April 2025 staffing and resource reductions. Saggar & Rosenberg gained knowledge and performed work during the FISMA contract that can be leveraged into significant time and cost savings in this modification. Additionally, auditors will not work with another auditor�s work, which necessitates each auditor starting each audit service from scratch. As only Saggar & Rosenberg were actively performing audit services during this time, they are the only vendor with the knowledge and first-hand experience needed to complete this secondary comparative audit service without substantiative rework. The period of performance for the purchase order is anticipated to be from 09/30/2025 through 03/04/2026. NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted. Fiscal Service will consider written responses received no later than Wednesday 09/24/2025 by 10 AM (EST). Responses must be submitted electronically to purchasing@fiscal.treasury.gov, with the subject line of �Saggar & Rosenberg /Attn: MWinans/MCaplinger. Responses must include sufficient evidence that clearly shows your company is capable of providing the content described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to Saggar & Rosenberg. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, etc.). Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses. 2. UEI Number. 3. Specific details of the product(s) that your company offers in regards to this notice. 4. Whether your content is available through a Government contract vehicle or Open Market. 5. A brief capabilities statement that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office and Adobe compatible documents are acceptable. No other information regarding this Special Notice will be provided at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a84a4a0325fd485f9a57c9d308e64eaa/view)
- Place of Performance
- Address: Washington, DC 20524, USA
- Zip Code: 20524
- Country: USA
- Zip Code: 20524
- Record
- SN07587015-F 20250913/250911230047 (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 |