Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2024 SAM #8255
SPECIAL NOTICE

99 -- Invoice Validation & Expense Reconciliation Services (INVERSE)

Notice Date
7/2/2024 11:50:33 AM
 
Notice Type
Special Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-24-DRAFTSIR-INVERSE
 
Response Due
7/23/2024 1:00:00 PM
 
Archive Date
08/07/2024
 
Point of Contact
Maria Ashby, Alex Athans
 
E-Mail Address
maria.j.ashby@faa.gov, alex.athans@faa.gov
(maria.j.ashby@faa.gov, alex.athans@faa.gov)
 
Description
This announcement is to issue the Draft Screening Information Request (SIR) for the Federal Aviation Administration�s (FAA) Invoice Validation and Expense Reconciliation Services (INVERSE).� This Draft posting is for information and planning purposes only and is not a guarantee that a Final SIR will be released.� All Draft SIR sections are still in Draft form and subject to change. Responses to this Draft SIR will be used for informational purposes only.� The FAA is not seeking or accepting unsolicited proposals.� Responders are advised that the FAA will not pay for any information received or for administrative costs incurred in preparing a response to the Draft SIR.� Any costs associated with responding to the Draft SIR are solely at the interested vendor�s expense.� The FAA is seeking feedback on the Draft SIR using Attachment 1, Vendor Comment Matrix.� Prior to preparing responses, interested parties should familiarize themselves with the contents of the Draft SIR. Interested parties are encouraged to explicitly reference to relevant information in the Draft SIR in their responses. The FAA also requests vendors provide responses to the following questions: General 1. Please provide your company name, SAM.gov unique entity identifier (UEI) and CAGE Code, Universal Reference Locator (URL) for your company�s website, company point-of-contact (POC) for INVERSE, and POC phone number and e-mail address.� 2. Identify your company�s business size (i.e., Small or Large Business) relative to NAICS code 541618. 3. If you qualify as a small business relative to the NAICS code 541618, please indicate if you have any specific designation such as Small Disadvantaged Business (SDB), 8(a), HUBZone, Woman-owned Small Business (WOSB), Service-Disabled Veteran-owned Small Business (SDVOSB), etc. 4. Indicate whether your interest in INVERSE is as an Offeror (prime contractor) or as a subcontractor / team member. Feedback on Draft Requirements and INVERSE Acquisition Approach 5. Please recommend any strategies that you believe the FAA should consider, both pre-award and post-award, to increase the successful outcome of the INVERSE acquisition. 6. The INVERSE Draft SIR is based on a cost recovery model mix of fixed price monthly recurring and per service CLINs.� Please identify the cost recovery basis that you employ to provide Invoice Review and Reconciliation Services to other clients and/or recommend an alternative cost recovery model for INVERSE. 7. Please review the Draft SIR sections attached to this RFI and provide feedback using the attached INVERSE Draft SIR Vendor Comment Matrix. (i)Are there any requirements that are unclear? If so, please identify the specific requirements and recommend revisions to make them clearer. (ii)Are there any functional requirements that you would recommend adding to the INVERSE SOW? If so, what are they? (iii)Are there any requirements that you believe are significant cost drivers for INVERSE that are either not needed or could be changed to achieve similar functionality at a lower cost to the Government?� If so, what are they? SUBMISSION INSTRUCTIONS Interested parties must provide responses in writing.� Responses must be in common electronic readable format (Microsoft Word, Excel, PowerPoint, or PDF), single-spaced, in Time New Roman 12 point Font.� Responses are limited to 5 pages. Note that feedback for Question 4 does not count towards the 5 pages and must be in the FAA provided Vendor Comment Matrix.� Responses must be submitted electronically no later than 4:00pm EST on 23 July 2024 to the FAA Contracting Officer, Maria Ashby, �maria.j.ashby@faa.gov. The responses to this Draft SIR will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA).� Any proprietary or confidential information contained in the Draft SIR submissions must be appropriately marked. Proprietary information that is appropriately marked will be protected in accordance with FOIA.� Additionally, providing a response to this Draft SIR neither qualifies respondents for, nor excludes respondents from, responding to a resulting Final SIR, if any. Questions regarding the Draft SIR must be emailed to the CO by 16 July 2024.� The inquiry and any subsequent response will not be considered part of the Draft SIR response.� Phone calls will not be accepted. Documents or files submitted must be compatible with MS Office 365 or Adobe Acrobat PDF format. No other form of submission will be accepted. Any company proprietary information submitted must be clearly marked as such. Any information submitted in response to this Draft SIR will not be returned. Written questions related to this Draft SIR must be submitted via e-mail to the FAA Contracting Officer listed above by 16 July 2024. No telephonic inquiries will be accepted. LIST OF DRAFT SIR FILES The sections comprising the Draft SIR included with this notice consist of: Section B: �Section B Narrative Section B: �Section B - Appendix A CLIN Prices Section C: �Statement of Work Section D: �Packaging and Marking Section E: �Inspection and Acceptance Section F: �Deliveries or Performance Section G: Contract Administration Data Section H: Special Contract Requirements Section I:� �Contract Clauses Section J:� �List of Attachments Section K: �Representations, Certifications, and Other Statements Section L:� Instructions, Conditions, and Notices to Offerors or Respondents Section M: Evaluation Factors for Award Attachment J-1:� Functional and Performance Spec Attachment J-2:� CDRL List and Delivery Requirements Attachment J-3:� DIDs Attachment J-4:� Business Rules Attachment J-5:� Tailored Security Controls Attachment L-1:� Past Performance Summary Attachment L-2:� Past Performance Questionnaire Attachment L-3:� Price Evaluation Tool (PET) References: Prior announcements related to the INVERSE program are listed below.� � Notice ID 693KA8-23-RFI-INVERSE-01, Market Survey Issued on August 23, 2023 with responses due by September 14, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dfa5af056a9749fc9a9b27aa3ae9ecf4/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07114957-F 20240704/240702230110 (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.