Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

R -- Army Working Capital Fund (AWCF) Compliance and Audit Support

Notice Date
5/31/2023 11:57:54 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
W91CRB-19-C-0004
 
Response Due
6/5/2023 8:00:00 AM
 
Archive Date
06/20/2023
 
Point of Contact
Sue Levush, Alexandra C. Bryant
 
E-Mail Address
suzanne.m.levush.civ@army.mil, alexandra.c.bryant.civ@army.mil
(suzanne.m.levush.civ@army.mil, alexandra.c.bryant.civ@army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1 and DFARS PGI 206.302-l(d).� This is not a request for proposal or bids.� This sources sought is for informational purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government for any purpose. 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 notice is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation if one is issued. If a solicitation is released, it will be synopsized on the Government- wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. All responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sue Levush in either Microsoft Word or Portable Document Format (PDF), via email suzanne.m.levush.civ@army.mil.� All responses must be received NLT 11:00 A.M. Eastern Standard Time (EST) June 5, 2023. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. PURPOSE:� The Assistant Secretary of the Army Financial Management & Comptroller (ASA(FM&C)) has a requirement for services in support and sustainment of Army Working Capital Fund (AWCF) Financial Compliance and Audit.� This sources sought notice includes all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to to provide financial compliance and audit support for the Army Working Capital Fund, develop and implement solutions to control deficiencies in AWCF business processes, monitor and validate corrective actions, and to provide education and training to the AWCF financial management workforce. The intent of this notice is to gauge industry interest, capability, and relevant experience, in non�customer specific terms, as it relates to providing these audit support services in furtherance of ASA(FM&C) mission. To assist with submissions, the Performance Work Statement (PWS) is attached to this sources sought notice. Contractors must be properly registered in the Government's System for Award Management (SAM) database. SAM registration can be found at https://sam.gov/. Business Size Standard: The North American Industrial Classification System (NAICS) code is 541211, Office of Certified Public Accountants. The small business size standard is $22 million. As part of the sources sought response, please state if your company is a small business under this NAICS code. The Product Service Code for this requirement is R499 � Support-Professional Other Industry Day: This acquisition will not have its own industry day. Estimated Dollar Value: Not to exceed $6 million. Estimated Period of Performance: Four (4) Months, beginning 20 June 2023. Place of Contract Performance: Work will be conducted in Washington, DC. Contract Type: The current requirement is a Time & Materials contract. Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length. 1. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: 2. Does your company have any Organization Conflicts of Interest? a. Describe the process used to complete an enterprise review across all businesses and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCls in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company's size standard per the primary NAICS code of 541211, Office of Certified Public Accountants, and the Small Business Size Standard of $22 million. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. 4.� Does your company have the capabilities to provide the entire range or services discussed in this notice?� If NO, please provide specific capabilities that you intent to provide.� 5. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract Aggregate dollar value of task orders as a prime or sub-contractor. Number of task orders as the prime or sub-contractor. Was this work similar in scope? 6. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 8. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCMA) accounting system prior to contract award? � 9. Is your company capable of having a team of contractors in place June 20, 2023, fully on -boarded and qualified to perform the PWS tasks with no gap or interruption of services?� If YES, explain how.� 10. Please provide additional information that you believe we should know about your company in support of this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eaac2bef288844b6acd48473d7a709bf/view)
 
Place of Performance
Address: DC 20310, USA
Zip Code: 20310
Country: USA
 
Record
SN06700220-F 20230602/230531230116 (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.