Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2017 FBO #5692
SOLICITATION NOTICE

R -- SBA Loan Statistician for Improper Payment Sampling - RFQ SOW TERMS - Single Source Justification

Notice Date
6/22/2017
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-17-Q-0039
 
Archive Date
7/22/2017
 
Point of Contact
Tracy Lambert, Phone: 70348781006714
 
E-Mail Address
Tracy.Lambert@sba.gov
(Tracy.Lambert@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Award Number
SBAHQ-17-Q-0039
 
Award Date
6/29/2017
 
Description
Single Source Justification RFQ, SOW & Terms Agency Contact Information: Small Business Administration 13221 Woodland Park Road, 5th Floor, Herndon, VA 20171, Tracy Lambert, Tracy.Lambert@sba.gov. Place of Performance: Washington, DC. The Government intends to negotiate, on a sole source basis, a firm fixed price, level of effort acquisition with ASQ Solutions, LLC for a Loan Statistician for Improper Payment Sampling. This non-competitive action is being issued by the Small Business Administration (SBA) on the behalf of the SBA Office of Disaster Assistance. Description of Requirement: Background: Market research shows that there are small business contractor that are able to provide the statistician services but they do not have the improper payment statistical sampling as a provided service. The initial market research was conducted using U.S. General Services Administration Advantage. There are vendors that have current government contracts and are small businesses with active SAM records but none of the above vendors/contractors specified improper payment statistical sampling as a provided service. Objective: To obtain contractual services to support the U.S. Small Business Administration Office of Disaster Assistance compliance with the Improper Payments Information Act of 2002 (IPIA), its amendments, and OMB Circular A-123, Management's Responsibility for Internal Controls, Appendix C, Requirements for Effective Measurement and Remediation of Improper Payments. The Small Business Act (ACT) authorizes the Small Business Administration (SBA) to make loans to eligible victims of declared disasters. The Office of Disaster Assistance (ODA) plans, directs, and administers the SBA's responsibilities under the ACT. The mission of ODA is to help people recover from disasters and rebuild their lives by providing affordable, timely, and accessible financial assistance to homeowners, renters, businesses of all sizes, and non-profit organizations. Due to the unique nature of disaster lending's various workload based on the disasters' geographic location, size, amount of damage and number of disaster survivors affected, predicting annually the improper payment audit's sample size is an extraordinary task requiring specialized experience. This experience has been demonstrated by the current contractor's (ASQ Solutions, LLC Ron Fecso) exceptional qualifications to meet ODA's sampling methodologies challenges. Mr. Fecso has met with SBA's OIG statistician and defended the rigorous OMB approved sampling methodologies for ODA's loan disbursement improper payment audit. One of those OMB sampling requirements for ODA is "Sample stratification" where management has determined that the likelihood of an improper payment may be higher for large disasters. Mr. Fecso has mastered ODA's Sample stratification concern, as well as sampling's unit, method and size. Although there are other statistician contractors that show the experience in working under OMB improper payment sampling guidelines, none exhibits the ability to stratify a vastly unpredictable annual loan population. This action is being conducted in accordance with FAR 13, only one responsible source. ASQ Solutions, LLC through past requirements has shown that they have the knowledge and skills to perform these services. They have current and past knowledge of our requirement. The government estimates this requirement to be $119,000.00 over the life of this order. Of this amount the base period (from award date to Oct 14, 2017) will be for $8,100.00 with the option years at a total annual contract estimated to be between $26,000.00 and $29,000.00 per year. Making the award to ASQ Solutions LLC is in the best interest of the government because the cost of the requirement will be kept down due to the fact that they have knowledge of this requirement and there will be no additional cost for a contractor to learn what is needed or how to decipher the information provided. However, interested parties may identify their interest and capabilities regarding this requirement by submitting a capabilities statement by the date specified herein. The period of performance for this effort will be from award to October 14, 2017 with 4 option years to follow. The Government will consider all capabilities statements received by 1pm EST, Wednesday, June 28, 2017. Please be advised that it is the offeror's responsibility to assure the Government receives your submission on or before the specified due date. Submissions shall be sent electronically to Tracy Lambert, Contracting Officer at Tracy.Lambert@sba.gov. This is NOT a request for competitive quotes. A determination by the Government not to compete this proposed action based upon responses to this announcement is solely within the discretion of the Government. Information received is solely for the purpose of determining whether to conduct a competitive acquisition. The Government reserves the right to issue a Request for Quote (RFQ) as a result of this announcement. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on the review of any responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-17-Q-0039/listing.html)
 
Place of Performance
Address: Contractors Site, Washington, District of Columbia, 20416, United States
Zip Code: 20416
 
Record
SN04554303-W 20170624/170622235034-8bf6dd3385f3e7a0c2d5e0dbb20c8b91 (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.