Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOURCES SOUGHT

R -- RECAPTURE AUDIT SUPPORT SERVICES - SOURCES SOUGHT NOTICE - DRAFT RFP

Notice Date
10/25/2011
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
132-1194-231IPERA
 
Point of Contact
Isaac V. Roper Charles, Phone: 2026934584, Isaac V. Roper Charles, Phone: 2026934584
 
E-Mail Address
ropercharles.isaac@dol.gov, ropercharles.isaac@dol.gov
(ropercharles.isaac@dol.gov, ropercharles.isaac@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT STATEMENT OF WORK SOURCES SOUGHT NOTICE SOURCES SOUGHT SYNOPSIS Brief description: Sources Sought for the Office of the Chief Financial Officer in Washington, DC. Response Date: November 4, 2011; 12:00 EDT Contract Specialist: Isaac Roper Charles - Ropercharles.isaac@dol.gov Address: 200 Constitution Ave NW S-4306, Washington DC 20210 NAICS Code: 541219 Place of Performance: Frances Perkins Building, Washington DC, 20210 This Request for Information (RFI) is for information and planning purposes only and is not a solicitation on behalf of the U.S. Department of Labor (DOL). DOL does not intend to award a contract on the basis of the responses to this RFI or to otherwise pay for the preparation of any information submitted or for the Government's use of such information. Depending on the information received in response to this RFI, the Department may issue a solicitation in the future. Purpose The Department performs recovery audits on various grants, loans, and contracts in order to identify overpayments as a result of improper or erroneous actions. On July 22, 2010, the President signed in to law the Improper Payments Elimination and Recovery Act (IPERA). Under IPERA, any contractor performing the aforementioned requirement will be paid for its services based on a percentage of collections recovered. All payments for services must be made in accordance with the Act. The Department is seeking information from certified public accounting firms to assist in the development of a plan to conduct payment recapture audits in accordance with IPERA. Background Over the past several years, identifying and reducing improper payments has been a major financial management focus of the Federal Government. The Improper Payments Information Act of 2002 (IPIA) established the reporting requirements for improper payment activities. In August 2006, OMB issued Circular A-123, Appendix C - Requirements for Effective Measurement and Remediation of Improper Payments. On July 22, 2010, the President signed into law the Improper Payments Elimination and Recovery Act (IPERA) of 2010 amending the IPIA to expand the requirements for identifying programs and activities susceptible to improper payments. IPERA requires Federal agencies to conduct payment recapture audits for programs and activities with $1 million or more in annual outlays, if conducting such audits would be cost effective. This new law envisions that the payment recapture audits will largely come from any future recoveries. However, as described in IPERA Sec. 2(h)(3)(F)&(G), IPERA also limits which categories of funds may be used to support and pay for such payment recapture audit activities. For example, IPERA restricts agencies from retaining any funds that are appropriated through mandatory funding authorities to conduct payment recapture audits (e.g., to pay contractors). The Act also prohibits agencies from retaining any funds that were not appropriated prior to enactment of IPERA, and for which the appropriation has not yet expired. Payments for all other amounts recovered would be subject to the availability of appropriations. Information Requested Responses to this RFI should contain the following information: 1. Business name and address; 2. Name, title, and contact information of company representative; 3. Information on any contract vehicle available to the Government for the procurement of these types of services to include General Services Administration General Supply Schedule or any other Government Agency contract vehicle; 4. State of issuance of active Certified Public Accountant license; 5. Company's background information, size, and geographic presence nationwide; 6. History of performing recovery audits of federally funded grants and contracts including the ability to perform such audits in accordance with Government Auditing Standards, and all other applicable criteria pertaining to audits of State and local Governments, Educational Institutions, and not-for-profit organizations; 7. Proposed contingency fee payment structure; and 8. Describe any other considerations or factors that you believe should be included as part of the solicitation requirements. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously (within the past 5 years) or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements identified above. Firms shall also provide point of contact information (name, telephone number, and email address) where available for the efforts cited above. Responses A draft PWS is attached for your information. This document is not in final form and is subject to change. All responses to this sources sought are limited to two pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, GSA schedule contract # if applicable, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to ropercharles.isaac@dol.gov no later than 12:00PM EDT on Friday, 4 November 2011. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THE SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to the sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to the sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from the sources sought. The information resulting from the sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPPS.GOV portal or the GSA EBUY website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/132-1194-231IPERA/listing.html)
 
Place of Performance
Address: 200 Constitution Ave. NW, Washington DC, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02612461-W 20111027/111025234143-71349850acfac396e69536924c313611 (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.