Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

B -- Ethics Specialist Services

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-2006-Q-DT-0222
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Description
The National Institutes of Health (NIH) intends to negotiate on a sole source basis with Ms.,Jo Anne Duggan 14209 Alta Oaks Drive Rockville, MD 20850 for a continuation of the services being provided for the Institute Center (IC). Ms Duggan is the only known source capable of providing the required services because of her involvement in this project over the past months. In addition Ms. Duggan has experience with special projects required by Congress and The NIH. Further, inherent duplication of cost to the Government would be time and cost prohibiting. The Statement of Work is as follows: 3.The contractor shall assist in eliminating financial management deficiencies identified during the annual audits, obtaining an unqualified audit opinion, reducing erroneous payments, and ensuring that federal financial systems produce accurate and timely information. This assistance shall include, but shall not be limited to the following: Monitoring and updating the Corrective Action Plan (CAP). Serving as audit liaison during the annual financial audits. Working with the NIH team on subject matters in the areas of extramural and intramural research, career development and training, facilities to address risks associated with erroneous payments for each program, and working with document related control environments associated with erroneous payments. 4. The contractor shall assist in implementing corrective actions to address financial management deficiencies identified during the previous years audits, and deficiencies shall be tracked and reported in the CAP on a quarterly basis. 5. The contractor shall assist in preparing the President Management Agenda Scorecard and other agenda items as requested by the Department of Health and Human Services (DHHS). 6. The contractor shall serve as an audit liaison during the annual Chief Financial Officers (CFO) financial audits. These audits shall include, but not be limited to: HHS-Consolidated-Top-Down audit and Service and Supply Fund (SSF). Working closely with the external auditors, HHS- Office of Inspector General (OIG), and NIH staff to provide the auditors with required information and supporting documentation. Providing support to the Management Budget Working Group (MBWG) in formation of budget submissions for Central Service Offices and Centers? (CSOC). Assisting in improving the analysis and reconciliation process and procedures, and shall recommend opportunities for improving the analysis and reconciliation process. Assisting the NIH in reviewing the NIH program that may be susceptible to significant erroneous payments, and improper payments as defined by the Improper Payments Information Act (IPIA). Addressing the risks that are associated with erroneous payments for each program, and document related control environment associated with erroneous payments. Drafting the report and submitting it for review by the DHHS and OMB. 7. The contractor shall finalize the risk assessment report by incorporating comments from the DHHS and OMB. 8. The contractor shall attach a detailed cost breakdown by labor category for each task. 9. The contractor shall provide deliverables to include, but shall not be limited to the following: Shall deliver a program and task management report monthly. Shall deliver an implementation of corrective actions update to the CAP on a quarterly basis as directed by the DHHS. Shall deliver audit services on various financial and operational documents requested by external auditors and OIG on an ongoing basis. Shall deliver erroneous payment risk assessment for the IPIA annually based on the DHHS deadline. Shall deliver a reconciliation and analysis matrix, on the thirtieth calendar day after the quarter with ongoing activity. 10. The contractor shall incorporate management and administrative activities that satisfy reporting requirements and oversee task assignments. 11. The contractor shall facilitate the delivery of value-added products and services by controlling costs, maximizing productivity, stimulating quality, and monitoring customer satisfaction. 12. The contractor shall ensure that the work performed meets or exceeds the client?s needs, and shall be consistent with the firm?s standards of excellence. 13. The contractor shall assist in performing numerous tasks associated with the NIH Annual Audit to include, but shall not be limited to the following: Shall assist with financial statements. Shall assist with the accounting and budgetary reporting in order to ensure NIH is in compliance with laws and regulations as follows: a. Federal Managers Financial Integrity Act (FMFIA). b. Government Performance and Results Act (GPRA). c. Chief Financial Officers Act, as amended (CFO). d. Federal Financial Management Improvement Act (FFMIA) e. Improper Payments Information Act (IPIA) f. President Management Agenda (PMA) 14. The contractor shall be aware that there shall be unknown numbers and types of transactions, and/or adjustments that shall require a range of labor hours between NIH employees and the contractor support in order to close the books, and to issue NIH financial statements accurately and in a timely manner. 15. The contractor shall be aware that the CFO will be monitoring his/her performance as well as verifying that invoices correspond with services rendered. The CFO will match invoices with monthly status reports submitted by the contractor. 16. The contractor shall maintain security and confidentiality of all government information. 17. The government will negotiate the extent and time frame of each project or request. 18. The government will provide an ongoing project review, appropriate information needed for projects, and timely follow up and feedback for submitted projects. 19. The government will provide the following: Office space to work on site at NIH facility. Use of computer desktop and peripheral equipment. Accessibility to intranet and data Use of warehouse database, and NIH financial and operating data that is needed to perform tasks. 20. The period of performance shall begin immediately following award, and shall continue through July 26, 2007. This proposed action is for services for which the Government intends to solicit and negotiate with only one source. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations. However, all quotes received within ten days after the date of publication of this synopsis will be considered by the Government . A determination by the Government not to compete this proposed simplified acquisition requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive acquisition. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit proposal and/or capability statements in an Original Plus Two (2) no later than ten (10) business days from the date of this announcement, September 01, 2006, due in COB Sept. 12, 2006. Written responses shall include complete description of services to be provided, containing sufficient technical information to permit agency analysis to establish bona fide capability to meet the stated requirements as listed above. Proposals And/Or Capabilty Statements Shall BE Sent To: (a) If mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd. Rm. 529V, ATTN: Lloyd Garnes, Bethesda, MD 20892, telephone: 301-402-3341; fax: 301-480-3476. (b) If hand delivering, or using a courier service such as: UPS, FeDex, etc., use the following City, State and Zip Code: Rockville, MD 20852. Respondents will not be notified of the evaluation results. (c) Questions may be emailed to Lloyd Garnes at garnesl@od.nih.gov no later than Sept. 07, 2006.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01132509-W 20060903/060901220557 (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 |
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.