Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2006 FBO #1853
SOLICITATION NOTICE

R -- Program Anaysis and Management Support

Notice Date
12/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
263-2007-K(DQ)-0063
 
Response Due
1/15/2007
 
Description
The contractor shall possess but not be limited to the following knowledge and experience: 1. Shall possess extensive knowledge of analytical experience as an analyst in charge with experience in program analysis and evaluation, cost accounting, statistics, budgeting, biomedical research grants, acquisitions, and operations management. 2. Shall have extensive knowledge of the Generally Accepted Government Auditing Standards issued by the U.S. Comptroller General; management theories and practices, such as auditing and accounting principles and practices; methods and techniques for planning and conducting evaluations of NIH intramural and extramural activities. 3. Shall possess comprehensive knowledge of developing review approaches and techniques for the planning, execution, and reporting phases, including preparing review plans, selecting or modifying review techniques, and preparing reports. 4. Shall also possess: a. The demonstrated experience in working with Health and Human Services (HHS) and federal regulations, policies, and guidelines applicable to federal employees, grantees, and contractors. b. Working knowledge of statistical sampling techniques and financial analyses. c. Knowledge and skills in identifying instances of legislative or regulatory noncompliance and the ability to articulate findings in a concise, logical, and convincing manner. d. Ability to prepare clear and concise written materials, conduct interviews for the purpose of giving or receiving information, lead conferences/briefings, and make presentations. e. Extensive working knowledge of the use of computer software, including spreadsheets, applications such as TeamMate, and Division of Program Integrity (DPI) databases, word processing, electronic mail, and the Internet. 5. OMA uses a two-stage report process that includes a Draft Report and a Final Advisory Report. The contractor shall be required to prepare any or all of the following reports: a. The Draft Report, which OMA sends to the subject of the review and to the NIH Institute or Center (IC) Director for review and comment. b. The Final Advisory Report, which may incorporate comments made by the subject of the review and the IC, and which is a pre-decisional advisory document for NIH management officials. It is sent to the director of the involved IC, who may or may not concur with any recommendations. 6. OMA also uses management Advisory Reports to notify IC Directors that it has conducted a review and found no merit to the allegations. At the Project Officer?s (PO) discretion these shall be done by the contractor and these will include findings and conclusions and any additional comments and information necessary to describe the work performed. 7. Shall furnish monthly progress reports to the PO or designee. 8. Once a month, the contractor shall meet with the PO or designee and other OMA representatives, as appropriate, to discuss progress and any potential problems. At the PO?s discretion, the contractor will also provide verbal briefings to OMA representatives. 9. All reports shall: a. Clearly describe issues (including management control issues), applicable criteria, findings, conclusions, and recommendations. b. Include sufficient detail to convince a general audience of the validity and significance of the facts, conclusions, and recommendations. c. Contain an index linking each major issue to supporting working papers. 10. The contractor may also be required to provide oral reports and to develop special reports that identify program deficiencies requiring immediate corrective action. 11. The period of performance will be one (1) year from date of award with four (4) option years possible, to be exercised at the sole discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 263-2007-(DQ)-0063 and is issued as a Request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The National Institutes of Health (NIH), Office of the Director (OD), Office of Management Assessment (OMA) has a commercially available services requirement for Professional Services (Auditor). The contractor shall possess but not be limited to the following knowledge and experience: 1) Shall possess a minimum of 10 years of analytical experience as an analyst in charge with experience in program analysis and evaluation, cost accounting, statistics, budgeting, biomedical research grants, acquisitions, and operations management. 2) Shall have extensive knowledge of the Generally Accepted Government Auditing Standards issued by the U.S. Comptroller General; management theories and practices, such as auditing and accounting principles and practices; methods and techniques for planning and conducting evaluations of NIH intramural and extramural activities. 3) Shall possess comprehensive knowledge of developing review approaches and techniques for the planning, execution, and reporting phases, including preparing review plans, selecting or modifying review techniques, and preparing reports. 4) Shall also possess: a) The demonstrated experience in working with HHS and federal regulations, policies, and guidelines applicable to federal employees, grantees, and contractors. b) Working knowledge of statistical sampling techniques and financial analyses. c) Knowledge and skills in identifying instances of legislative or regulatory noncompliance and the ability to articulate findings in a concise, logical, and convincing manner. d) Ability to prepare clear and concise written materials, conduct interviews for the purpose of giving or receiving information, lead conferences/briefings, and make presentations. e) Extensive working knowledge of the use of computer software, including spreadsheets, TeamMate, and DPI databases, word processing, electronic mail, and the Internet. 5) OMA uses a two-stage report process that includes a Draft Report and a Final Advisory Report. The contractor shall be required to prepare any or all of the following reports: a) The Draft Report, which OMA sends to the subject of the review and to the NIH IC Director for review and comment. b) The Final Advisory Report, which may incorporate comments made by the subject of the review and the IC, and which is a pre-decisional advisory document for NIH management officials. It is sent to the director of the involved IC, who may or may not concur with any recommendations. 6) OMA also uses management Advisory Reports to notify IC Directors that it has conducted a review and found no merit to the allegations. At the Project Officer?s (PO) discretion these shall be done by the contractor and these will include findings and conclusions and any additional comments and information necessary to describe the work performed. 7) Shall furnish monthly progress reports to the PO or designee. 8) Once a month, the contractor shall meet with the PO or designee and other OMA representatives, as appropriate, to discuss progress and any potential problems. At the PO?s discretion, the contractor will also provide verbal briefings to OMA representatives. 9) All reports shall: a) Clearly describe issues (including management control issues), applicable criteria, findings, conclusions, and recommendations. b) Include sufficient detail to convince a general audience of the validity and significance of the facts, conclusions, and recommendations. c) Contain an index linking each major issue to supporting working papers. 10) The contractor may also be required to provide oral reports and to develop special reports that identify program deficiencies requiring immediate corrective action. 11) The period of performance will be one (1) year from date of award with four (4) option years possible, to be exercised at the sole discretion of the Government. EVALUATION CRITERIA/FACTORS The required services will be obtained from the contractor that can provide these services in the manner that represents the best value for the Government needs. NIH will evaluate the quality and feasibility of the proposals. The following will be considered, in order of importance for the determination of the best value: Extent to which the features of the required services listed above are met. 1) Technical Approach: Show evidence and understanding of possessing the minimum knowledge/experience as stated above in the combination synopsis/solicitation 2) Past Experience: Submit names, organization and telephone numbers of at least three (3) current or previous organizations that have been customers for similar professional services. Include the type of services provided and location where the service(s) were rendered for each current or previous customer. 3) Price: The price will be evaluated based on historical information currently commercially available information, and analysis of appropriate economic factors in the response. NIH will evaluate the quality and feasibility of the proposals. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit proposal and/or capability statements in an original plus two (2) not later than ten business days from the date of this announcement, December 21, 2006, due in COB January 05, 2006. Written responses shall include complete description of services to be provided, containing sufficient technical information to permit agency analysis to establish bona fide capability to meet the stated requirements as listed above. Proposals and/or Capability statements shall be sent to: (a) If mailing your capabilities through the U>S> Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 60011 Executive Blvd Rm.537B, Attn: Clara W. Kabore, Bethesda, MD 20892, telephone 301-402-3343, Fax 301-402-2143. (b) If hand delivering, or using a courier service such as: UPS, FED EX, etc., use the following City, State and Zip Code: Rockville, MD 20852. Respondents will not be notified of the evaluation results.
 
Record
SN01201016-W 20061223/061221220301 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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