Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
SOLICITATION NOTICE

R -- Financial Reconciliation and Analysis

Notice Date
9/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON0803S5414
 
Response Due
10/17/2003
 
Archive Date
10/31/2003
 
Point of Contact
David Lum, Contracting Officer, Phone 202-205-9587, Fax 202-260-0855,
 
E-Mail Address
dlum@ibb.gov
 
Description
PROFESSIONAL RESEARCH SERVICES. SOLICITATION NO. BBGCON0803S5414. (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NUMBER BBGCON0803S5414 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated August 25, 2003. (iv) This is a full and open procurement for Other Accounting Services under NAICS 541219. This effort is a follow-on to a previous attempt to procure the required service that was not completed. (v) CONTRACT LINE ITEM (CLIN) 1: Provide support to the Agency's Financial Operations Division in the reconciliation and analysis of various Agency financial reports as specified herein. Qty (1) job; (vi) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau's (IBB) has a requirement for Financial Management Services in support of the Agency's Financial Operations Division. Contractor shall reconcile and analyze the Agency's outstanding "Statement of Difference" with the Department of Treasury via cross-servicing support from the Department of State (DOS). The "Statement of Differences" period requires the Contractor to perform general ledger and statement analyses from October 1999 to the current period. The Contractor shall be required to perform the following tasks: 1. FUNCTIONAL REQUIREMENTS/TASKS: (a) analyze reconcile, evaluate and coordinate a variety of financial processes, data, reports, and financial documents to reconcile and clear the "Statement of Differences" with Treasury; (b) Prepare status reports based on analyses or other financial data; and (c) Reconcile and review reports and statements including those required by internal offices and the Treasury Department. 2. SPECIFIC DUTIES INCLUDE (but not limited to): (a) reconciliation of budget clearing and suspense deposit accounts; (b) reconciliation of fund balances/cash accounts with Treasury; (c) reconciliation of Payment schedules; (d) reconciliation of Transportation schedules; and (e) reconciliation of general ledger accounts, as related to the "Statement of Differences." 3. REQUIRED CONTRACTOR CAPABILITIES: (a) Skills and ability to reconcile analyze and evaluate financial and accounting data; (b) Skills and ability to identify and research accounting and operational irregularities in the BFMS, which are not in accordance with General Accepted Accounting Principles (GAAP), or agency policies, and guidelines; (c) Skills and ability to interpret and apply accounting, financial and regulatory data; (d) Skills and ability to perform analysis and reconciliation of specified general ledger accounts; and (e) Knowledge of Department of State (DOS) domestic and overseas accounting and financial management systems and their interfaces. 4. GOVERNMENT FURNISHED EQUIPMENT: There are no special requirement for Government Furnished Equipment or information (GFE/GFI) to support this task order. During the course of performance and as required, the Government's personnel shall provide the Contractor with copies of documents or information that contain relevant standards, procedures, and guidelines which will be required by the Contractor. 5. DELIVERY SCHEDULE: For this project the Task Manager will be the Authorized Representative to the Contracting Officer (AR/CO). The Contractor shall submit all deliverables and reports in the format specified by the Task Manager. Specific deliverable items for this task order as follows: (a) Monthly Status Reports; (b) Weekly Time and Attendance Reports; (c) Resolution Plan for Statement of Difference; (d) Confirmation of Payment Schedules; (e) Clearing of Budget and Suspense Deposit Accounts; and (f) Reconciliation of General Ledger Accounts. Contractor shall submit all deliverables to the Task Manager in draft for review and comment on required changes attributable to errors or other necessary changes. The specified period of internal Government review of any document shall be two (2) weeks unless a different review period is required for any given deliverable or document. After the Contractor has received the Government's comments on the draft deliverable, the Contractor shall make the necessary changes and shall resubmit the final deliverable to the Task Manager within two (2) weeks thereafter, unless a different period is specified. All draft and final deliverable items shall be submitted by the Contractor together with an appropriate cover letter, so that the completion status of any deliverable item in process shall be immediately ascertainable. All work shall be completed in accordance with standard procedures and guidelines provided orally or in writing by the Task Manager. Work will be conducted at the BBG Headquarters, located at 330 Independence Ave., SW, Washington, DC 20237 and at the Department of State Bureau of Finance and Management Policy (FMP) located in Rosslyn, VA. Interested Offerors shall have qualified personnel that have the functional background, skills and abilities to perform the required services. In addition, Offerors' personnel must be able to obtain DOS security clearance, have related experience and capabilities that demonstrate accounting data reconciliation, analyses and evaluation utilizing AMS Federal Financial System (FFS) software for both domestic and overseas financial management systems/interfaces. (vii) The period of performance will begin on or about November 17, 2003 through February 28, 2004. Contractor shall submit invoices for payment on a monthly basis. Delivery terms and point: FOB Destination, Washington, D.C. (viii) The provision at FAR 52.212-1, "Instruction to Offerors--Commercial Items" applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Staffing of Qualified Professionals: Resumes, experience and projected work assignment; Offerors are expected to identify team members who will support BBG for the duration of this project. [2] Narrative and detailed information on project plan and schedule [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [4] Price for the above listed CLIN. (ix) The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, past performance and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost or price. The following factors and possible points shall be used to evaluate proposals: a. Price (35 points); b. Staffing of Qualified Professionals (30 points); c. Project Plan and Schedule (20 points); and Past Performance (15 points). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items" with its offer. Proposals must also include Contractor's DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, "Contract Terms and Conditions--Commercial Items" applies to this acquisition with no addenda to the clause. (xii) FAR Clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items" applies to this solicitation as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity (E.O. 11246)"; 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)"; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)"; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)"; (xiii) The following FAR clause is also applicable to this acquisition: FAR Clause 52.232-18, "Availability of Funds." There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices; (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no CBD numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 2:00 p.m., Eastern Standard Time, on October 9, 2003. Proposals may be faxed to (202) 260-0855. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2521, Washington, DC 20237 on October 17, 2003 at 2:00 p.m., Eastern Standard Time. (xvii) Contact David Lum, Contracting Officer, Telephone: (202) 205-9587, Facsimile: (202) 260-0855, E-Mail: dlum@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Record
SN00444559-W 20031002/030930213010 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.