Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOLICITATION NOTICE

r -- STATISTICAL SAMPLING FOR AP ACCRUAL; 100% Set-aside for Small Business

Notice Date
4/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
BIA CENTRAL 000162051 MERCATOR DRIVEContracting OfficeRestonVA20191US
 
ZIP Code
00000
 
Solicitation Number
A14PS00433
 
Response Due
5/2/2014
 
Archive Date
6/1/2014
 
Point of Contact
Ryan Geffre
 
Small Business Set-Aside
Total Small Business
 
Description
Statistical Services for FRA; 100% Small Business Set-Aside Solicitation Number: A14PS00433 - Request for Quotation (RFQ) Notice Type: Combined Synopsis/Solicitation Date: 4/28/14 Classification Code: R = Professional, Administrative and Management Support NAICS: 541219 Small Business Size Standard: $19 million. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. Type of Set-Aside: 100% Small Business Requirement Details: As part of its financial statement process, the Bureau of Indian Affairs (BIA) is required to estimate and record its Accounts Payable (AP) liability. The BIA calculates the estimate based on a statistical review of payments. The statistical selection and projection service is provided by an outside contractor. In providing this service, the Contractor will provide all materials, labor and equipment to provide a sampling plan that yields the smallest sample possible while covering the entire population. The sampling approach and resulting projection must satisfy the audit requirements conducted by the BIAs external auditors. BIA will accrue a liability amount for FY 2014 based on a one-year historical analysis of actual invoices processed in the accounting system reflecting an invoice date within the first three months of the respective fiscal year. These invoices are examined to determine which FY the goods and services were received. For example, invoices dated from 10/1/12 to 12/31/12 may represent liabilities for FY 2011 or FY 2012 but were not paid until FY 2013 or later. In previous years, BIA has worked in conjunction with a Contractor to establish an accepted methodology relating to the AP accrual (see attached methodology). This statement of work defines the work required to build upon the current trend by sampling the most current fiscal year and combining the results into the methodology. (see SOW attached on FedConnect for remainder of SOW). Note: Interested parties may request the attachments or get them off of FedConnect: (1) Statement of Work (SOW); (2) Example of a Sampling Methodology -Period of performance: 5/12/14 through 11/15/14. There will be one (4) option periods of twelve months exercised solely at the governments discretion. -Responsible Office/Destination: BIA OFM Financial, 12220 Sunrise Valley Dr., Reston, VA 20191 Invoicing: Invoices will be required to be submitted through www.IPP.Gov (see clause for additional details). Evaluation Factors: Best Value methodology will be used for award decision. For this requirement, all evaluation factors other than cost or price, when combined are more significantly important than cost or price. The importance of price as an evaluation factor will increase with the degree of equality of technical quotations received in relation to the other evaluation factors. When technical capability tends to move toward equality, the significance of price increases, or when price is significantly high as to diminish the value of an otherwise technically superior quotation. The evaluation criteria are as follows: Factor 1 Technical Capability. Demonstrated ability to perform the tasks and/or services in the Statement of Work (SOW). The soundness of the contractors proposed methodology to accomplish the tasks in the SOW. The contractor shall describe its technical approach for accomplishing the work described in the SOW, including an itemized schedule of deliverables that demonstrates the contractors understanding of the SOW and the overall nature of this type of work in general and how its processes and procedures will deliver value to the government, citing specific examples when relevant. Factor 2 Past performance. The contractor shall demonstrate successful past performance in the areas of statistical services for projects of similar size, scope and complexity, citing no more than 3 references with contact information for similar projects in the past 5 years. The offeror is also required to submit a description of the service that was provided and proof that the work passed an external audit by an auditing firm. Factor 3 Price. Type of Contract: Firm Fixed Price contract. RFQ Submission Instructions: The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and result in an unfavorable rating or eliminated from competition. -Type of Transmission: Email -To who: Ryan Geffre at Ryan.Geffre@BIA.Gov -By When: 5:00pm est on 5/2/14 -Applicable Certifications: Small Business (see clauses) RFQ Information Requirements: The contractor shall submit the following information as part of their quote, along with any inherent information that applies to this RFQ. -DUNS Number -Tax Identification Number (TIN) -Applicable Certifications -Price -Delivery Schedule if different from stated period-of-performance/delivery date requested -All contractors must be registered in www.SAM.Gov to be eligible for award and maintain an active and favorable registration for the life of the contract. Provisions/Clauses Information: -This solicitation incorporates one or more solicitation provisions/clauses by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. -The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. Federal Acquisition Regulation (FAR): 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012); 52.212-4 Contract Terms and Conditions - Commercial Items. (JUN 2013); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2013); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-28, Post Award Small Business Program Representation (APR 2012); 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-41 Service Contract Act of 1965 (Nov. 2007) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-1 Payments. (APR 1984); 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013); 52.243-1 Changes - Fixed-Price. (AUG 1987); 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998); 52.252-2 Clauses Incorporated by Reference. (FEB 1998); Department of the Interior Acquisition Regulation (DIAR) 1452.204-70 Release of Claims (JUL 1996); 1452.222-70 NON-DISCRIMINATION NOTICE (NOV 2007); Representations: 52.219-1 Small Business Program Representations. (APR 2012); 52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012); Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote.If the Quoter does not have a copy of this provision, you may obtain a copy at www.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration through www.sam.gov Instructions,Conditions, and Notices to Bidders: 52.204-7 System for Award Management Registration. (DEC 2012); 52.204-13 System for Award Management Registration Maintenance (DEC 2012); Contracting Officer: Ryan Geffre, (703) 390-6356; Ryan.Geffre@bia.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00433/listing.html)
 
Record
SN03350646-W 20140430/140428234949-9c0d74cadf3c13dc44c472865aca01fd (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.