Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
SOLICITATION NOTICE

R -- Professional Banking and Financial Consultant Services - JUSTIFICATION AND APPROVAL - SOLE SOURCE

Notice Date
4/26/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Archive Date
5/26/2012
 
Point of Contact
Cynthia Vass-Lassiter, Phone: 202-366-4263
 
E-Mail Address
c.vass-lassiter@dot.gov
(c.vass-lassiter@dot.gov)
 
Small Business Set-Aside
N/A
 
Award Number
DTOS59-12-P-00062
 
Award Date
4/26/2012
 
Description
JUSTIFICATION AND APPROVAL - SOLE SOURCE Statement of Work for Professional Banking and Financial Consultant Office of Small and Disadvantaged Business Utilization U.S. Department of Transportation 1.0 Introduction/Background The mission of the Office of Small and Disadvantaged Business Utilization (OSDBU) at the U.S. Department of Transportation (DOT) is to ensure that the small and disadvantaged business [1] policies and goals of the Secretary of Transportation are implemented in a fair, efficient and effective manner to serve small and disadvantaged businesses throughout DOT and the country. In addition, OSDBU provides opportunities, technical assistance, and financial services to the small and disadvantaged business community. For the purpose of this statement of work, the term small and disadvantaged business includes: 8(a) small business, women-owned small business (WOB); service disabled veteran owned business (SDVOB); veteran owned business; small disadvantaged business (SDB); HubZone; and disadvantaged business enterprise (DBE). OSDBU manages programs and conducts activities to: establish and monitor small business procurement goals; counsel firms on procedures for doing business with DOT, its prime contractors, and state and local transportation agencies projects receiving DOT funding; assist small and disadvantaged businesses in obtaining account receivables financing under the OSDBU's Short Term Lending Program (STLP); conduct outreach procurement conferences; prepare and distribute the DOT Procurement Forecast; assist small and disadvantaged businesses to market their products and services directly to DOT or organizations with DOT-funded procurement actions. The theme that underlines the work of OSDBU is intra and inter organizational outreach on behalf of small and disadvantaged businesses to ensure their maximum practicable participation in DOT and DOT funding-assisted procurement of transportation related goods and services, while being good stewards of public funds. With its Small Business Transportation Resource Centers (SBTRCs) OSDBU enters into successful partnerships with chamber of commerce, trade associations, community organizations, and financial institutions to provide financial and technical assistance business training programs to assist small and disadvantaged businesses increase their ability to compete for and participate in DOT direct and DOT assisted contracts/subcontracts at the federal, state and local levels. OSDBU provides information on research, development, DOT procurement activities, and distributes publications to increase knowledge of DOT contracting, and subcontracting opportunities, and procurement practices. OSDBU provides program feedback on financial assistance programs, technical assistance, and procurement programs. 1.1 General OSDBU is faced with limited general office day-to-day support and professional staff for the operation of the office. Therefore, OSDBU seeks the services of a contractor that may provide the necessary personnel to perform the financial support position as outlined in this Statement of Work (SOW). All contractor personnel are deemed employees of the contractor and not employees of DOT. In the event the contractor personnel do not meet the education or experience requirements to perform the duties outlined in the SOW or do not perform to the satisfaction of OSDBU, notice will be given to the contractor to correct the deficiencies, and/or behavior. The corrective action must be resolved to the satisfaction of OSDBU, or a replacement will be requested. The government reserves the right to add additional professional consultants, and/or program analysts under this contract. The Contracting Officer's Technical Representative (COTR) for this contract is Angela Dilver-Dendy. 1.2 Contractor Requirements The contractor personnel utilized in performance of this contract shall meet the education and experience requirements of the functions outlined herein the SOW, exhibit courteous and professional behavior at all times, possess strong interpersonal communications skills both orally and written; and maintain a good understanding of the need to achieve customer and staff satisfaction. It is imperative that the individuals possess a keen ability to pay attention to detail in reviewing and producing written correspondence. It is important that the individual has the ability and experience to work in a team environment. The professional banking and finance consultant shall work under the Direction of the Financial Assistance Division (FAD) Manager. The average number of hours ranges from 25 to 35 hours a week. However, due to workload requirements, it may be necessary for the consultant to exceed 35 hours in any given week. In the event the consultant is approaching the 35 hours in any given week and is expected to exceed 35 hours, they shall notify the COTR and Project Manager and receive approval to exceed the 35 hours limit. The contractor shall submit monthly invoices. To be valid, the invoice must contain a description of each task performed, the labor category and billing rate for each labor category performing each task and the number of hours expended on each assigned task being billed. All invoices must include the contractor's DUNS Number. In addition, the contractor's DUNS number must be registered with the Central contractor registration (CCR) @ www.ccr.gov. To receive payment, the Contractor's registration must include the banking information required for electronic funds transfer. Any anticipated problems shall be reported immediately to the COTR. 2.0 Scope of Work - Professional Banking and Finance Consultant The contractor shall perform, at a minimum, the following banking and finance consulting duties required for the efficient operation of the OSDBU, its STLP program and the FAD. The outlined services are expected to require an estimated 1260 hours per year: Professional banking and financing consultant(s) are deemed key personnel. The individual(s) shall provide independent analysis and advice to OSDBU on its STLP, and shall perform the following tasks under this procurement: perform a preliminary completeness review of the loan application package submitted by the PL and provide written comments within two (2) business days of receipt of the loan application package from OSDBU; communicate with the PLs, the STLP applicants; and/or FAD if necessary to obtain additional information or documentation in order to prepare the final independent credit review; perform an independent credit research, review, and analysis of the requested DOT STLP loan guarantee; prepare the final report and recommendations within five (5) business days upon possession of a complete STLP loan guaranty request package from both the PL and the applicant attend all STLP Loan Board meetings to present loan packages, independent report, and recommendations. Participation may be by conference call with prior approval of the FAD Manager; assist OSDBU to review and assess PL lending practices, PL processing procedures, operations and closing procedures; may assist with the PL training sessions and PL site-visits either on-site and/or remotely; may advise OSDBU on general lending practices vis-à-vis government guarantee lending practices in relationship to issues and policies affecting the STLP loan regulations, policies and procedures, and the STLP loan portfolio; provide information and recommendations on current small business lending issues; assist OSDBU in the review of additional PLs as the program is expanding and/or replacement banks are needed; may assist with performing research, financial analysis, and program eligibility determination for new lenders that have applied to DOT for STLP participation; prepare an independent report for Loan Board presentation with recommendations within five (5) business days upon possession of a complete application package from the potential lender; consult with and provide independent banking and financial expertise to the Director, the FAD, and the STLP loan committee. The professional banking and finance consultant(s) shall be located on or off-site, but must be available during operating hours, 8:00am to 5:00pm Monday through Friday, except Federal holidays. Please note, the government reserves the right to increase or decrease the contractor's hours to accommodate increased or decreased government requirements. 2.1 Deliverables - Professional Banking and Finance Consultant on-going documentation as requested by OSDBU to support recommendation and advice provided. The documentation includes emails, letters, reports and comments. electronic submission of the written analysis and recommendation on each loan application package forwarded by the PLs. preliminary loan package completeness review report within two (2) business days of receipt of the loan application package from the Participating lender. Final Independent Credit Summary Report within three (3) days of receiving the final credit bank approval from the Participating Lender and/or FAD Manager; Final Independent bank recommendation report of potential new PLs Report within five (5) days of receiving the final bank criteria checklist items from the Participating Lender and/or FAD. 2.2 Required knowledge, skills and experience - Professional Banking and Finance Consultant(s): The professional banking and financing consultant(s) must: •· Possess, at a minimum, a Bachelor's Degree in Business Administration, Accounting, or Finance; •· possess prior experience as a lending or banking officer; •· possess a thorough knowledge and experience of small business lending; •· possess understanding and working knowledge of Treasury's Community Development Financial Institution (CDFI); •· demonstrate knowledge of Federal and State regulations and policies and have experience working with Federal and State banking regulators and officials, including FDIC, Comptroller of the Currency and the Federal Reserve System; •· demonstrate experience in credit review, including accounts receivable financing and/or construction lending and/or small business lending. 2.3 Supplementary Information - Professional Banking and Finance Consultant: The documentation to be provided to the contractor on each loan recommendation by the participating lender: independent financial review of PL's complete loan package, including the loan recommendation and loan credit underwriting analysis and summary; credit financial spreads for company and personal proposed recommendation with conditions detailed loan history if the application is for a renewal 3.0 TRAVEL Contractor may be required to travel within the contiguous United States. Annual site visits to the PLs located throughout the United States is recommended according to OMB Circular A-129 for Federal Credit Programs. Travel requirements outside of the Washington-Baltimore corridor and the Washington Metropolitan Area will be reimbursed as part of this contract. The travel Cost Line Item Number, (CLIN) is intended to pay for travel occurring at the direction of the Government, performed in conjunction with a specific trip authorized in writing by the COTR. To obtain travel approval, the contractor must submit a written estimate of the cost of the proposed trip. With the exception of approved travel from the contractor's business location to DOT Headquarters, billable travel costs are air fare, ground transportation, and per diem costs, not labor hours. Labor hours may be billed for OSDBU directed travel requirements outside of the Washington-Baltimore corridor and the Washington Metropolitan Area. Per Diem, air fare, and all other allowable travel costs shall be reimbursed in accordance with the Federal Acquisition Regulation (FAR) and the Joint Travel Regulation (JTR) issued by the General Services Administration (GSA). 4.0 OTHER DIRECT COSTS The contractor shall not authorize or approve any expenditure of federal funds for non-hosting related, other direct cost und this contract without prior written approval by the COTR. Invoices submitted for reimbursement of approved ODCs must be accompanied by receipts and time sheets. 5.0 PHASE-OUT OPERATIONS Prior to expiration of this contract, and after selection by the Government of a successor contractor, the Contractor and such successor Contractor shall jointly prepare a written mutually agreeable plan of Phase-in and Phase-out operations which will be approved by the COTR and the Contracting Officer (CO) and adhered to by both parties. The contractor shall be solely responsible for the continuity of all services required under this contract until the completion of the Phase-in and Phase-out plan. The contractor shall make a good faith effort to develop a mutually agreeable plan to complete transition services prior to the expiration of the period of performance for this contract. In the event this cannot be accomplished and the approved plan extends beyond the period of performance for this contract, continuity of services required under this contract will be maintained during this period but will not be at the Contractor's expense. The contract will be extended to accommodate such transition services. 6.0 GOVERNMENT PROPERTY All templates, correspondence, files, and applications created or enhanced under this Contract shall be the property of the U.S. Department of Transportation. All government property must be returned expediently and in good condition upon the conclusion of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c07ad4a35fc0686252025d351a3ba16)
 
Place of Performance
Address: DEPARTMENT OF TRANSPORTATION, WASHINGTON, District of Columbia, 20590-0001, United States
Zip Code: 20590-0001
 
Record
SN02732700-W 20120428/120427000320-7c07ad4a35fc0686252025d351a3ba16 (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.