Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOURCES SOUGHT

R -- ACCOUNTING SERVICES FOR THE FMS DFO GOVERNMENT ACCOUNTING BRANCH

Notice Date
7/1/2010
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-00266
 
Archive Date
7/31/2010
 
Point of Contact
Wendy C. Cruz, Phone: 3014433086, Dawn T. Gresham, Phone: 3014435148
 
E-Mail Address
Wendy.Cruz@psc.hhs.gov, dawn.gresham@psc.hhs.gov
(Wendy.Cruz@psc.hhs.gov, dawn.gresham@psc.hhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
ACCOUNTING SERVICES FOR THE FMS DFO GOVERNMENT ACCOUNTING BRANCH REPORTS CONTROL BRANCH SMALL BUSINESS SOURCES SOUGHT NOTICE INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of potential certified 8(a) businesses that can offer professional services to provide contract personnel that will perform accounting related functions for the Governmental Accounting and Reports and Control Branch’s in the Division of Financial Operations, Financial Management Service, Program Support Center. The purpose of these accounting activities is to provide administrative and accounting support and analysis in the areas of accounts receivable, accounts payable which includes funds control/obligations, and for some Reports and Control Branch activities. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a certified 8 (a) business under the applicable NAICS code should not submit a response to this notice. THIS IS STRICTLY MARKET RESEARCH. DIVISION OF FINANCIAL OPERATIONS WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH. A. BACKGROUND The Financial Management Service (FMS) provides full accounting and fiscal services for a variety of HHS customers and other agencies including a complete range of debt management, disbursement, fund accounting and financial reporting services; a payment management system which supports cash management and scheduled grant and contract payments; review, negotiation and approval of rates for indirect costs, research, patient care, and other special rates for organizations receiving Federally sponsored awards; and review and approval of state and local cost allocation plans. The Accounts Payable and Accounts Receivable tasks are performed in the Governmental Accounting Branch, Division of Financial Operations (DFO), FMS and in the Reports And Control Branch, DFO, FMS. Currently the DFO is contracting with Carter Consulting Inc., contract number HHSP23320095200SC who is providing accountants and accounting technician personnel. This contract will expire on 9/30/2010. B. PURPOSE The purpose of these accounting activities is to provide administrative and accounting support and analysis in the areas of accounts receivable, accounts payable which includes funds control/obligations, and for some Reports and Control Branch. C. PROJECT REQUIREMENTS The Contractor will provide an on-site Project Manager/Senior Accountant who will independently perform highly analytical accounting responsibilities in accounts receivable and accounts payable under the contract. The Project Manager/Senior Accountant will have personnel administration responsibilities such as involvement in staffing positions and will provide on-site human resources guidance to the contractor staff, as needed. The Project Manager/Senior Accountant will review, on a regular basis, the status of the accountant's and accounting technician's work performance. The Project Manager/Senior Accountant will work closely with the COTR to resolve any issues at hand. The Project Manager/Senior Accountant must hold a CPA certification and/or must demonstrate equivalent expertise and experience in accounting. Knowledge of Federal Treasury regulations and appropriations law is also required. The Contractor will provide a Contract Administrator, who shall be involved with issues that need the attention of a representative of the contractor who has experience in contractual matters and will be depended upon to resolve items that relate to fulfilling the scope of work under the contract if needed. Both the Contract Administrator and the Project Manager/Senior Accountant will have experience related to the statement of work of this contract. Past experience will be taken into consideration. When the Project Manager/Senior Accountant and/or subcontractors are proposed, a resume will be provided to support the qualifications of the personnel information. Additionally, a resume must be provided on any personnel to be used on this project. The extent to which outside consultants and specialists will be used will be documented and evidence of their availability will be provided. The accountants and accounting technicians will be competent and experienced in the required skills to perform under the contract and as required in the statement of work. Resumes of the accountants and accounting technicians must reflect not only academic qualifications but length and variety of experience in similar tasks and clearly demonstrate relevant training and experience. Accountants are expected to have knowledge of administrative support systems common to the DFO or its customer agencies (e.g., for receivables, payables, funds control, reporting, etc.). Accountants may be responsible for various types of Federal and non-Federal payments and collections and/or for clearing/reducing suspense account balances. Reconciliations may be required. The accountant will have knowledge of the regulations which pertain to relevant fiscal practices, all of which are applied to ensure that the accounting system accurately portrays operations and adheres to accepted accounting principals. The accountant is required to become experienced with the DFO’s accounting processes and the accounting system, and will perform a wide variety of development or problem solving assignments in processing various accounting transactions for a number of agencies and programs. All accountants must have experience using EXCEL and WORD software applications. Prior experience similar to the statement of work under this contract will be considered. The Contractor shall provide support to the DFO accounts receivable and accounts payable activities which includes but is not limited to E-FLOW scanning and indexing, maintaining accurate accounting records, preparing accurate and timely accounting reports, and performing miscellaneous accounting tasks as required. Some administrative responsibilities may also be required to support the tasks in this statement of work. The Accountant II must possess skills and/or education/training that is superior to that of an Accountant I. The Accountant II must possess a four year degree in accounting or a degree in business or finance from an accredited university with at least 24 credit hours in accounting. At least two years of accounting experience related to the statement of work is also preferred. The Accountant II must possess good communication skills, strong analytical abilities, and be able to work independently as well as in teams, as required. Special projects related to accounts receivable or accounts payable IPAC issues may be assigned. The Accountant I shall have a four year degree in accounting, finance or business administration from an accredited university with some accounting related experience preferred. In lieu of a four year degree, the Accountant I may substitute experience employed within an accounting organization where he/she has successfully performed a full range of accounting functions. The Accountant I must be able to apply professional knowledge of accounting practices, methods and techniques to perform a wide variety of assignments within the DFO. The Accounting Technicians shall have some previous college level courses relating to accounting and/or finance. In lieu of college courses the accounting technician may substitute experience in an accounting oriented organization where he/she has successfully performed a full range of duties relating to accounts payable, accounts receivable and maintenance of the general ledger. The Accounting Technicians should have experience inputting accounting data into an accounting data base. The Accounting Technician must have a sound knowledge of Government accounting practices, methods, procedures, and techniques. The Accounting Technician will perform a variety of highly responsible assignments in DFO which involves problem solving, advice to customers and explaining various financial procedures to program personnel. In addition, the accounting technicians should have experience using EXCEL and WORD software applications. Similar experience as an Accounting Technician relating to the statement of work under this contract will be considered. D. ANTICIPATED PERIOD OF PERFORMANCE One year base period, with two one year Options. E. CAPABILITY STATEMENT Respondents must provide, as part of their responses, a capability statement, which addresses the following: 1. Organizational Profile: a.Staff expertise, including availability, experience, and formal and other training; b.Current in-house capability and capacity to perform the work; c.Prior completed projects of similar nature; d.Corporate experience and management capability; and e.Examples of prior completed Government contracts, references, and other related information. 2. Capability Statement must contain the following: a.DUNS. b.Company Name. c.Company Address. d.Current GSA Schedules appropriate to this Sources Sought. e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp. g.Company Point of Contact, Phone and Email address h.Any other information that may be helpful in developing or finalizing the acquisition requirements. F. INFORMATION AND SUBMISSION INSTRUCTIONS An electronic copy of your complete Capability Statement must be submitted by email to Wendy Cruz, at Wendy.Cruz@psc.hhs.gov, no later than 12PM ET on July 16, 2010. The information should be provided as a Microsoft Word document, not to exceed 15 pages, single space, with a font size no smaller than 10 pt. Please provide the package with an information outline, indicating, cover page, title, index of topics addressed, executive summary, etc. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-00266/listing.html)
 
Place of Performance
Address: Parklawn Building, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02194807-W 20100703/100701235839-5bdc65040679dd5cd64154e8024c4a81 (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.