Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

R -- USAC Presolicitation for Annual Financial Statement & Agreed Upon Procedures Audits

Notice Date
12/5/2011
 
Notice Type
Presolicitation
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
USAC-FI-2011-12-20
 
Point of Contact
Jay H. Beard, Phone: 202-776-0200
 
E-Mail Address
jbeard@usac.org
(jbeard@usac.org)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Universal Service Administrative Company ("USAC") intends to issue a request for proposals ("RFP") from independent certified accounting firms to: (1) perform the annual audit of USAC's financial statements; (2) perform the Agreed-Upon Procedures ("AUP") review of operations for compliance with the Federal Communications Commission's (also referred to as "Commission" or "FCC") rules and orders; (3) prepare and sign as preparer the U.S. Corporate Income Tax Return, Form 1120 on behalf of USAC; and (4) prepare and sign as preparer the required District of Columbia Franchise Tax return, Form DD-20. The anticipated RFP release date is December 20, 2011. The RFP will be made available through FedBizOpps. This procurement will be conducted generally in accordance with the simplified acquisition procedures in Federal Acquisition Regulations ("FAR") Subpart 13.5. All responsible sources may submit proposals, which shall be considered by the USAC. However, offerors must have an active Central Contractor Registration profile in order to be awarded a contract. The anticipated contract award and performance start dates are in or around March 9, 2012. The term of the contract is one year, with three one-year options. The contract will be priced on a firm-fixed-price ("FFP") basis. USAC is a not-for-profit Delaware corporation. The FCC appointed USAC as the permanent administrator of the USF and the Universal Service Support Mechanisms - HC program, LI program, RHC program and SL program (collectively referred to as "programs" or "support mechanisms") - as set forth in Title 47, Part 54, Section 701 of the Code of Federal Regulations ("C.F.R."). USAC administers the mechanisms pursuant to FCC regulations in 47 C.F.R. Part 54. Subject to Commission oversight, USAC performs the billing, collection, and disbursement functions associated with the programs. Certain aspects supporting program administration are outsourced to USAC contractors. USAC is a wholly-owned subsidiary of the National Exchange Carrier Association ("NECA"). However, NECA has no management or operational control over USAC. The Chairman of the FCC is responsible for selecting all members of the USAC Board of Directors and approving the selection of USAC's Chief Executive Officer. USAC is not a Federal agency, a government corporation, a government controlled corporation or other establishment in the Executive Branch of the United States Government. USAC is not a contractor to the Federal Government. The contract awarded as a result of this RFP will not be a subcontract under a Federal prime contract. However, USAC conducts its procurements in accordance with the terms of a Memorandum of Understanding with the FCC, which requires USAC, as a general matter, to apply designated provisions of the FAR, including requirements for full and open competition. Contracting Office Address: 2000 L Street, NW, Suite 200 Washington, DC 20036 Place(s) of Performance: Universal Service Administrative Company 2000 L Street, NW, Suite 200 Washington, DC 20036 and the Contractor's facilities Primary Point of Contact: Point of Contact: Jay Beard Contracting Officer Universal Service Administrative Company 2000 L Street, NW, Suite 200 Washington, DC 20036 This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) businesses in accordance with FAR § 19.1405. Only SDVOSBs that meet the eligibility criteria set forth in FAR § 19.1403 may compete for this Contract. The NAICS code for this procurement is 541211, with a small business size standard of $8.5 million. The Solicitation number for this procurement is USAC-FI-2011-12-20.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/USAC-FI-2011-12-20/listing.html)
 
Place of Performance
Address: 2000 L Street, NW, Suite 200, Washington, District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN02633210-W 20111207/111205233958-eba291c28638146ae0b2e8654ca3be62 (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.