Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 21, 2021 SAM #7264
SOURCES SOUGHT

R -- Army Material Command (AMC) Audit Support and Financial Management Transformation

Notice Date
10/19/2021 6:30:24 AM
 
Notice Type
Sources Sought
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB22R0002
 
Response Due
10/28/2021 9:00:00 AM
 
Archive Date
11/12/2021
 
Point of Contact
Sue Levush, Phone: 410-306-2668, Alexandra C. Bryant, Phone: 4102785017
 
E-Mail Address
suzanne.m.levush.civ@mail.mil, alexandra.c.bryant.civ@mail.mil
(suzanne.m.levush.civ@mail.mil, alexandra.c.bryant.civ@mail.mil)
 
Description
The Army Contracting Command � Aberdeen Proving Ground, 6515 Integrity Court, APG, MD on behalf of the Army Material Command (AMC), Army Contract Command and Control (ACC-CG) is issuing this Source Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement.� This Sources Sought Notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Responses shall be sent via email only to Sue Levush, Contract Specialist, at suzanne.m.levush.civ@mail.mil with a courtesy copy email to the Contracting Officer, Alexandra Bryant at alexandra.c.bryant.civ@usa.army.mil.� Telephonic or fax responses to this notice shall not be accepted. Incumbent:� Ernst & Young LLP Contract Number:� W91CRB-19-C-0004 Contract Value: $35.4 million. All interested parties are encouraged to respond.� Interested parties are requested to submit a tailored capability statement for this requirement that shall not exceed twenty (25) pages (including attachments) which clearly details the firm�s ability to perform the requirement described and addresses each of the questions included below. Interested parties must clearly articulate their qualifications and capabilities. Specifically, the Government requests that capability statements include the following information: Business Name: _____________ Cage Code: _________________ Business Size: _______________ DUNS Number: ______________ Point of Contact: _____________ Applicable GSA Schedule(s):_____________ BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION.� All Small Business Set-Aside categories will be considered.� Telephone inquiries will NOT be accepted or acknowledged, and no feedback or evaluations will be provided to comparanies regarding their submissions.�� AMC Questions:� 1.� What type of work has your company performed in the past in support of the same scope or similar level of complexity related to this requirement? 2.� Can or has your company managed a task of this magnitude? If so, please provide specific details. 3.� Can or has your company managed a team of subcontractors before? If so, provide details. 4.� What specific technical skills does your company possess which ensure capability to perform the tasks? 5.� Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this DRAFT PWS for the base period as well as the option periods, in particular during times of potential surge requirements. 6.� Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.� Respondents to this notice also must indicate what small business socioeconomic category, if any, your company falls under. 8.� Does this Performance Work Statement (PWS) provide sufficient information for you to bid? If not, what additional information is required? What recommendations or edits do you have for the government on how to strengthen or improve the PWS? 9.� Are there any ambiguities that need clarification?� If so, please identify them clearly. 10.� Are the standards of performance clear? 11.� Are there additional standards that should be incorporated? 12.� Is the vendor aware of any other contract vehicles such as the General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? 13.� Provide your business size for (NAICS) code 541219, socioeconomic status as a small business, or other than small.� Is another NAICS code more appropriate? Please provide rational for using another NAICS code. 14.� What is your firm's intent on this requirement, providing a proposal as a Prime or as a Subcontractor?� If seeking to perform as prime, which part(s) of the PWS would you subcontract, if any?� Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. 15.� Do you have the capacity to conduct audit liaison and audit remediation efforts on a large, global scale? AMC has assets all over the world. During the 2019 financial statement audits, the Army supported over 200 site visits in the United States and abroad while simultaneously developing and executing hundreds of corrective action plans to address prior year audit findings. 16.� What would be your overarching strategy to address the material weaknesses identified Army's financial statements given that they've only ever received disclaimers of opinion? 17.� What is your estimate for the number of labor hours that would be required? 18.� �What does a typical audit remediation team typically look like for your firm? What would be the mix of junior personnel and management? 19.� Explain your firm's approach on handling big data from intake to housing (including security), to application of analytics? What software applications have you used for data management and analytics? 20.� If you were awarding this contract how would you evaluate it? What parameters would you use to evaluate it? 21.� What recommendations for the acquisition strategy would you have? 22.� Do you have recommendations for Key Personnel and essential skill sets required? 23.� What experience has your firm had with problem disbursements and accounting exceptions such as in-transits, undistributed, and unmatched disbursements in the DoD environment? 24.� What experience does your firm have with any type of effort to improve Fund Balance with the Treasury reporting? 25.� What experience does your firm have in performing Office of Management and Budget Circular A-123, Risk Management and Internal Control requirements and management of a Governance, Risk, and Compliance tool? 26.� What experience does your firm have performing Army Financial Operations related tasks? 27.� What experience does your firm have with working with Department of Defense service providers? 28.� What contract type does your company believe will be the best fit for this requirement, based on the contents of the PWS? Should you have any questions regarding this requirement, a Word document for Questions and Responses has been provided for their submission. Disclaimer: This Sources Sought Notice is for informational purposes only. This is not a �Request for Proposal (RFP)� nor does it constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement.� No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any further Request for Quote (RFQ) or Invitation for Bid (IFB) or RFP, if any are issued. If a solicitation is released, it will be synopsized on the applicable Government-Wide Point(s) of Entry (GPE). It is the responsibility of potential Offerors to monitor the Government Wide Point(s) of Entry (GPE) for additional information pertaining to the requirement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) are attached for review.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/55e06f206f9a4e518788f27d3ba1faf6/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06160606-F 20211021/211019230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.