Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

R -- RFQ - HR Audit Services

Notice Date
11/27/2023 10:52:18 AM
 
Notice Type
Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
ARC DIV PROC SVCS - EAC PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
RFQ-2-EAC-24-0003
 
Response Due
11/30/2023 7:00:00 AM
 
Archive Date
11/30/2023
 
Point of Contact
Kaity Eaton, Braden Sanner
 
E-Mail Address
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment #2: The purpose of this amendment is to provide an answer to the following vendor question and re-open the question period. Additional questions will be accepted through 2:00pm, Tuesday, 11/28/2023. They�shall be submitted in writing�to purchasing@fiscal.treasury.gov and kaity.eaton@fiscal.treasury.gov with the subject line ""RFQ-2-EAC-24-0003 Questions, KE/BKS"". Question: Is CPA certification necessary for this type of audit? Answer:� The EAC will waive the contractor�s overall requirement to be licensed to practice public accountancy, so long as the contractor obtains a triennial peer review, maintains a quality assurance program that complies with Government Auditing Standards, and provides a copy of the Contractor�s peer review report as part of its proposal. Additionally, the partner is the only key personnel required to be a Certified Public Accountant (CPA) under the PWS. In lieu of this, the EAC would accept a Certified Internal Auditor (CIA) certification or 15 years of experience in directing audits. Amendment #1: The purpose of this amendment is to provide an answer to the following vendor question: Question: Can HR Audit services be performed remotely or do they have to be onsite? Answer: Please see the PWS Section 4, Place(s) of Performance for full details. Fiscal Service Procurement, on behalf of the Election Assistance Commission (EAC), is issuing this Request for Quotation #RFQ-2-EAC-24-0003 for a series of audits of their workforce planning and human capital procedures for the Fiscal Year starting on October 1, 2021 to present. Audits shall be performed in accordance with Generally Accepted Government Auditing Standards (GAGAS). This RFQ is anticipated to result in a Firm-Fixed Price Contract. This solicitation is a Total Small Business set-aside. Please provide pricing for 3 separate audits, per Attachment 5 � Pricing, and in accordance with the attached RFQ documents. Questions regarding this solicitation shall be submitted in writing by 10:00 a.m. EST, Tuesday, November 21, 2023 to purchasing@fiscal.treasury.gov and kaity.eaton@fiscal.treasury.gov with the subject line ""RFQ-2-EAC-24-0003 Questions, KE/BKS"". Quotations shall be submitted electronically to Fiscal Service at purchasing@fiscal.treasury.gov and kaity.eaton@fiscal.treasury.gov on or before 10:00 a.m. EST, Thursday November 30, 2023 with the subject line ""RFQ-2-EAC-24-0003 Quotation, KE/BKS"".� We appreciate your interest in participating in this procurement and look forward to receiving your quotation. Instructions for Quotation All prospective Offerors must read and understand all parts of the RFQ, Instructions to Offerors, and Evaluation factors prior to responding or submitting a response. Submissions that do not follow instructions may be disqualified from further consideration. Offeror must provide a Cover Page with information including the following: Company name as it appears in the System for Award Management (SAM). Company UEI Number Company point of contact (POC) for this acquisition including name, phone number, and email All materials submitted shall be in 12-point Times New Roman font, with normal character spacing on 8 1/2 inch by 11-inch white paper with one-inch margins all around and printed on one side. Any quotation that exceeds the limitations shall be rejected without evaluation and not considered for award. The directions provided below assist in providing a fair, equitable and expeditious evaluation of all responses. Offerors submitting a response shall include the following: NON-PRICE FACTORS a.) Technical Approach � Describe your proposed approach to achieving each of the tasks and deliverables outlined in the PWS. Make sure to include in your description your methodology for successfully completing each task and deliverable within the stated time constraints. An Offeror that simply states that it can meet the requirements, without supporting narrative, is not a sufficient response to warrant a satisfactory rating. b.) Staffing Plan and Key Personnel � The Offeror shall provide a staffing plan that shows how the Offeror will fill the staff requirements identified in the PWS by proposing an organization chart with staffing estimates, roles and responsibilities, qualifications/substantiated knowledge of key and non-key personnel and approach per task. The staffing plan shall address how the Offeror will ensure continuity of service. The staffing plan shall describe how the offeror intends to staff this effort and how the approach will allow the offeror to meet the requirements of the PWS. Staffing Plan shall be no longer than eight (8) pages. The Offeror shall provide a list of Key Personnel. The list shall identify the PWS task(s) in which each Key Personnel will support. Demonstrated experience and qualifications/substantive knowledge of the individuals are of more importance than job titles/labor category descriptions. The Offeror shall provide resumes for each of the proposed Key Personnel. Each resume shall clearly identify/relate the individual�s experience and qualifications/substantive knowledge to the task(s) in which they are being proposed as supporting. Each resume shall also identify/relate the individual�s expertise to the required and highly desired expertise listed in the Key Personnel section of the PWS. Resumes are limited to two (2) pages each. If any Key Personnel are not a current employee of the Offeror or one of its team members, then the Offeror shall provide signed letters of intent for each of these individuals attached to their resumes. The Offeror shall represent that the Key Personnel proposed are available to begin work when the period of performance begins and remain available for a minimum of 90 business days post award. c.) Past Performance � The Offeror (and any proposed subcontractors) shall send the Past Performance Information Form (PPIF), Solicitation Attachment 4, to three (3) past performance references. The completed forms shall be provided by the date and time for receipt of offers and shall not be returned directly to the Offeror. The Offeror shall provide in their quote/proposal the name, phone number and email address of a point-of-contact for each of the Offeror�s (and any proposed subcontractors�) past performance references, and a brief description of the services provided. PRICE FACTOR a.) Pricing � The Offeror shall submit pricing in a separate document from the Technical portion, utilizing �Attachment 5 � Pricing Sheet� as the format. Quotes shall include Labor Category Hourly Rates and Extended Prices for each proposed line item, with discounts requested.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b5561ec894e4df5b3a3d56034d30de1/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN06894383-F 20231129/231127230042 (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.