PRESOLICITATION NOTICE
R -- Consulting Services with Regard to 3-Day Close Initative
- Notice Date
- 12/11/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1310 G Street, N.W., Suite 400 East, Washington, DC, 20220
- ZIP Code
- 20220
- Solicitation Number
- A-02-0008
- Response Due
- 12/26/2001
- Archive Date
- 1/10/2002
- Point of Contact
- Daniel Alderman, Contract Specialist, Phone (202) 622-0798, Fax (202) 622-2343, - Norman Wakefield, Contracting Officer, Phone 202-622-9391, Fax 202-622-2343,
- E-Mail Address
-
dan.alderman@do.treas.gov, norman.wakefield@do.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of the Treasury, Departmental Offices, Procurement Services Division, Room 1310G, Suite 400-E, 1500 Pennsylvania Avenue, NW, Washington, DC 20220, is issuing this combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This request is for consulting services, in accordance with the statement of work. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. Request for Proposal number is A-02-0008. This solicitation is set aside for any responsible and responsive small business. The North American Industry Classification System (NAICS) code for this acquisition is 54161 and the Small Business size standard is $5 Million. STATEMENT OF WORK. 1.0 Background: The Office of the Chief Financial Officer is undertaking a major initiative to implement a department-wide ?3-Day Close? for reporting financial results. Our goal is to have accurate accounting and budgetary data available within three business days of the end of each month to provide meaningful, timely management information and to facilitate/accelerate the quarterly and annual financial statement preparation process and the annual financial statement audit. The due date for achieving this goal is July 3, 2002 (for the June 30, 2002 month end.) 2.0 REQUIREMENTS: The Department of Treasury has a requirement for consulting services to assist the CFO with the following tasks: Provide consultation to the Assistant Secretary for Management, the CFO, DCFO, 3-Day Close Project Manager, and Treasury Reporting Entities (bureaus) in developing and implementing action plans at the department and bureaus. Provide recommendations to resolve major barriers and offer guidance to various project teams and bureau project managers. Provide recommendations on the content and form of financial reports and statements. The contractor providing the consulting services should possess the following experiences: Experience in redesigning operational program and financial business processes for large and multi-organizational enterprises to take advantage of technology improvements, reduce costs, and improve the timeliness of management information. Experience in managing human resources to achieve organizational goals, with specific experience in leadership, change management, communications, negotiations, team building, decision making, and problem solving. Experience in managing large and multi-organizational projects with demonstrated experience in managing scope, coordinating multiple tasks, developing project plans and maintaining project schedules, developing and maintaining project budgets, delivering project deliverables on time, and communicating results to senior management of large organizations. Experience in leading large, multi-level organizations in definition and implementation of a 3 day or less monthly closing process that was integrated with an accelerated quarterly and year-end closing process. Experience in defining and producing financial highlight reports for executive management of large, multi-level organizations. 3.0 SCOPE/TASKS: Provide assistance/consultation to the 3-Day Close Project Manager on the overall implementation of the action plan. The responsibilities/tasks include conduct monthly quality reviews of project work plans and products. Facilitate a maximum of 12 one-day ?workout? sessions with Treasury bureaus to address specific issues and challenges impeding a 3-day close. Lead the development of a prototype financial highlight report. The contractor shall be prepared to provide level of effort support for multiple on-going technical activities within the financial management program area. The contractor shall be expected to attend meetings in the Washington, DC area as it pertains to those activities stated in the requirement section 2.0. Contractor will provide/or suggest solutions for any problem areas as appropriate. A single point of contact as identified by the Government (specifically the Treasury Office of the CFO) will coordinate all changes in support requirements. The period of performance for this contract shall be from the date of contract award through July 3, 2002, with an additional six-month option period. The Government may extend the option period by written notice to the Contractor prior to the end of the period of performance. The Contracting Officer shall give the Contractor a preliminary written notice of the intent to exercise this option at least 30 days before the effective date of the extension. However, the preliminary notice does not commit the Government to exercise this option. 4.0 DELIVERABLES: The Contractor shall provide the following deliverables: Monthly report documenting recommendations and issues surrounding the progress and status of the Treasury?s 3-Day Close Initiative. Work Products resulting from ?workout? sessions with Treasury bureaus. Prototype financial highlight report that includes key Treasury financial indicators. 5.0 TRAVEL: All travel shall be in accordance with the Federal Travel Regulations (for travel in 48 contiguous states), the Joint Travel Regulations, Volume 2, DoD Civilian Personnel, Appendix A (for travel to Alaska, Hawaii, Puerto Rico, and U.S. territories and possessions). 6.0 PLACE OF PERFORMANCE: While the primary location will be Treasury and bureau offices located in the Washington, DC Metropolitan area, the consultant is allowed to work at other locations to include his/her residence as long as the deliverables as stated in 4.0 are met. 7.0 SECURITY REQUIREMENTS: The contractor will comply with and adhere to the security requirements of each program area. The Government reserves the right to add, delete and or modify the security requirements as necessary or as directed by Treasury Security, DO Security, or the United States Secret Service. 8.0. ADDITIONAL CONTRACTOR REQUIREMENTS - A Contractor assigned to the tasks stated in this statement of work must be able to read, write, and speak and understand the English language. Contractor personnel accessing the DO Computer Systems must be US citizens. 9.0 EVALUATION FACTORS. 9.1 Experience. Offeror shall describe related experience to this requirement as described in Section 2. 9.2 Technical/Management Proposal. Offeror shall describe his/her technical capability and approach to fulfilling agency requirements in accordance with the statement of work. 9.3 Past Performance. Offerors shall submit reference contacts for three related projects within the past five years, to include the name, address, and current telephone number of the reference. 9.4 Price. Offerors shall submit pricing proposals in a separate envelope. 10.0 AWARD. Technical/Management Proposal is more important than experience and past performance. Experience and past performance are more important than price. The following FAR clauses are applicable to this solicitation: 52.212-1 - Instructions to Offerors; 52.212-2 - Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4 - Contract Terms and Conditions - Commercial Items. Mail three copies of your technical and price proposals to: Department of the Treasury, Procurement Services Division, RM 1310 G, Suite 400E, 1500 Pennsylvania Avenue NW, Washington, DC 20220, ATTN: Mr. Dan Alderman (202) 622-6539 or hand deliver to 1310 G Street, Suite 400-E, Washington, DC 20005. E-mail and fax will be accepted for this effort. E-mail address is dan.alderman@do.treas.gov and the fax number is 202-622-6539. All responses must be received by 3:00 p.m., EST, Wednesday, Dec 26, 2001.
- Place of Performance
- Address: Department of the Treasury, 1500 Pennsylvania Avenue, NW, Washington, DC 20220
- Country: United States
- Country: United States
- Record
- SN20011211/00002889-011212094710 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |