SOURCES SOUGHT
R -- Financial Management Support
- Notice Date
- 8/4/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8630-10-R-5050
- Point of Contact
- James E. Wilson, Phone: 9376563518
- E-Mail Address
-
James.Wilson1@wpafb.af.mil
(James.Wilson1@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates making an award to an SBA Certified 8(a) contractor to provide financial management training, resolution assistance, and reconciliation support to the Air Force Security Assistance Center (AFSAC)/Financial Management (FM) Director. Specific requirements include: 1. Introduction. Contractor will provide financial management duties including researching and resolving dormant commitments and Unliquidated Obligations (ULOs); train USG personnel to be able perform the same duties; and resolve transportation issues for Air Force Security Assistance Center (AFSAC). Location within AFSAC may vary depending upon government need. Duties include a variety of tasks related to financial management of Foreign Military Sales (FMS) funds. 2. Support: Provides financial management training, resolution assistance, and reconciliation support to AFSAC. Individual(s) will provide support to the AFSAC Financial Management Director or designated USAF representative. 3. Breadth of Support. a. Foreign Military Sales ‘Case Funds' and training of USG personnel: the contractor shall provide financial management support to include research and resolution of dormant commitments and unliquidated obligations (ULOs). b. Transportation Billing Reconciliation: the contractor shall provide reconciliation support for transportation charges applied against the L009 FMS transportation account. c. Specific delineation of tasks is to include, but not necessarily be limited to, the following: 3.1. Verify the accuracy of the data inputs into the various logistics/financial/payment systems. The contractor shall electronically monitor and maintain a listing of all contracts by modification to track status of deliverables and funding for those deliverables. Determine if deliverables were properly paid and identify improper payments and their root causes. Electronically match the funding of deliverables to the payments for those deliverables to automatically identify discrepancies. 3.2. Contractor personnel must have in-depth knowledge of General Accounting Finance System (GAFS/BQ); Commanders Resource Integration System (CRIS), Security Assistance Management Information System (SAMIS), Case Management Control System (CMCS), Mechanization of Contract Administrative Services (MOCAS), Standard Contract Reconciliation Tool (SCRT), and Defense Integrated Financial System (DIFS) databases leading to reconciliation of obligations versus expenditures. 3.3. Research and analyze funds reconciliation based upon data obtained from Government database systems mentioned above. Accurately compiles and summarizes narrative information & quantitative data in accordance with prescribed procedures and regulations. Identifies funds that need to be deobligated and verifies completion of reconciliation actions. 3.4. Reviews the financial status of financial documents or programs to identify excess funds available to the customer. Analyzes and assesses impact of numerous interrelated materiel management, procurement, logistics and financial management factors to monitor financial status. Take necessary actions to resolve overage of funds or system discrepancy errors to maintain balance within the Logistical and Accounting systems. 3.5. Reconciles FMS transportation billing data to ensure amounts are accurate and applied to the correct FMS case. Evaluates case funds reserved for FMS transportation by case and line to ensure that sufficient funds are made available to satisfy billings. Compiles data and summarizes results of reconciliation. Assists AFSAC/FM in developing and implementing appropriate corrective actions to address any issues. 3.6. Provide training to USG personnel to research and resolve dormant commitments and ULO's. All sources located within 50 miles of WPAFB, OH capable of providing these services are being sought. In addition to the information required below, responding parties must also indicate their status in relation to the applicable North American Industry Classification System (NAICS) code 541611, Administrative Management and General Management Consulting Services, $7,000,000.00 (SIZE STANDARD). We are requesting responses from SBA Certified 8(a) contractors only. Packages received from firms in other size statuses will not be considered. The acquisition methodology for this requirement will be determined after responses to this sources sought are received. Capabilities Package. All interested firms should submit a package that outlines their company's capability to provide the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. Interested firms are encouraged to submit resumes of key personnel. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Any questions must be submitted NLT COB 5 AUGUST 2010. No further questions will be accepted after this date. Submit capabilities packages via e-mail to James E. Wilson, at James.Wilson1@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 11 AUGUST 2010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-10-R-5050/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, 45433-5337, United States
- Zip Code: 45433-5337
- Zip Code: 45433-5337
- Record
- SN02228884-W 20100806/100804235239-6c7d943e5992d7bb2beb92682990baa1 (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 |