Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2007 FBO #1924
SOLICITATION NOTICE

R -- Financial Manager Advisory and Assistance

Notice Date
3/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs 688/90C;Contract Satellite Office;510 Butler Avenue Bldg. 308B;Martinsburg, WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA-688-07-RP-0036
 
Response Due
3/15/2007
 
Archive Date
5/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 including all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; technical proposals are being requested and a written solicitation will not be issued. Offers are due to the designated contracting office by 2:00 p.m. local time, March 15, 2007. Offers may be Express Mailed, Mailed, or Hand Delivered. The solicitation number is VA-688-07-RP-0036, and is issued as a Request for Proposal (RFP). This is a 100% set aside for Small Business. The North American Industry Classification System (NAICS) code is 541611 and the size standard is $6,500,000. The Department of Veterans Affairs (VA) Washington DC Medical Center is seeking a Financial Manager/Accountant/Auditor to train new and current staff, as well as review, analyze and recommend current government processes to assist the medical center with such tasks as data processing and report completion. The overall objective of this procurement is to improve financial indicators, budgeting, accounting, and/or costing methodologies that result in return of fund availability within current budget. The contractor must possess in depth education and experience to show knowledge of accounting principles, practices, methods, and techniques to perform review of financial systems and processes. Specialized experience must be evidenced to demonstrate current (within the last year) knowledge, skills, understanding, and ability to review Department of Veterans Affairs Financial Management Systems (FMS) and Integrated Funds Distribution, Control Point Activity, Accounting, and Procurement (IFCAP) including automated accounting systems. Contractor will review, monitor, and report recommendations and progress to Management weekly. The contractors work schedule will be submitted weekly requiring monthly approval prior to performance for 16 to 40 hours a week (excepting for personal vacations and illnesses). Contractor will sign in and out at the Chief Financial Manager Office each day worked. All changes to the approved schedule must be authorized by the COTR. The contractor shall schedule an entrance conference with the COTR to identify key VA staff and initial project tasks within one week after award. Each contractor must submit a Technical and Price/Cost Proposal, which should include the following: 1) Current resume (2 page limit) showing level of knowledge through education and experience, 2) Past Performance within 5 years to support knowledge of Department of Veterans Affairs financial systems include address, when work was performed, contract or reference number if applicable, point of contact including phone number, 3) Other Past Performance or References within 5 years include name, address, phone number, and 4) Price/Cost proposal should be separate from the technical proposal with supporting pricing documentation. All contractors will be assessed for possible risk and harm that could result from an incumbent's loss, misuse, or otherwise unauthorized access to or modification of VA information, and must complete a background investigation based on their position sensitivity level. The solicitation incorporates by reference: 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.212-1 Instruction to Offerors-Commercial, 52.212-2 Evaluation- Commercial, 52.212-3 Offeror Representation and Certifications- Commercial, 52.212-4 Contract Terms and Conditions- Commercial, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial including (b) and (c), 52.219-6 Notice of Total Small Business Set Aside (15 U.S.C. 657a), 52.222-3 Convict labor (E.O. 11755), 52.222-19 Child Labor- Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues and Fees (E.O. 13201), 52.232-34 Payment by Electronic Funds Transfer- Other Than Central Contract Registration (31 U.S.C. 3332), 52.222-41 Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.), 52.217-8 Option to Extend Services, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year, 52.228-5 Insurance- Work on a Government Installation, 52.216-18 Ordering, 52.216-19 Ordering Limitations, and 52.216-22 Indefinite Quantity. The following VA Acquisition Regulations (VAAR) clauses are incorporated by reference: 852.219-70 Veteran Owned Small Business and 52.270-1   Representatives of Contracting Officers. Offerors responding this announcement shall submit technical and cost proposals along with the information required in 52.212-1, a completed copy of provision 52.212-3, and VAAR 852.219-70 Veteran Owned Small Business. Proposals shall be submitted to Department of Veterans Affairs 613/90C, Contract Satellite Office, 510 Butler Avenue Bldg. 308B, Martinsburg, WV 25405. A written notice of award will be mailed or otherwise furnished to the successful offeror. All responsible sources will be considered. The Contracting Officer for this procurement is Joy Kamara, 304-263-0811 ext. 4701. Point of Contact Please contact Eyvonne Mallett with questions at eyvonne.mallett@va.gov or 304-263-0811 ext. 4701. Place of Performance Department of Veterans Affairs - Washington DC Medical Center 50 Irving Street, NW Washington, DC 20422 52.252-1  Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far for FAR references, and http://farsite.hill.af.mil/VFvar1.HTM for VAAR references. 52.252-2  Clauses Incorporated by Reference. Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far for FAR references, and http://farsite.hill.af.mil/VFvar1.HTM for VAAR references. Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Proposal Past/Other Performance Price/Cost Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Supplemental Insurance Requirements 28.307-2  Liability. (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.216-18  Ordering. Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of Award through March 31, 2008. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19  Order Limitations. Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1,800, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $90,000. (2) Any order for a combination of items in excess of $90,000. 52.216-22  Indefinite Quantity. Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2008. Special Requirement Contractor Personnel Security Requirements All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is necessary if the contractor will be performing at the medical center for more than a six month duration. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. 1. Position Sensitivity - The position sensitivity has been designated as low risk (contracting officer insert High Risk, Moderate Risk or Low Risk). 2. Background Investigation - The level of background investigation commensurate with the required level of access is minimum background investigation. 3. Contractor Responsibilities The contractor may bear the expense of obtaining all background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse VA within 30 days. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. VA Office of Security and Law Enforcement will provide required forms to the contractor. These shall be submitted by the contractor or their employees within 30 days of receipt: Forms may include: (i) Standard Form 85P, Questionnaire for Public Trust Positions (ii) Standard Form 85P-S, Supplemental Questionnaire for Selected Positions (iii) FD 258, U.S. Department of Justice Fingerprint Applicant Chart - required of all contractors. (iv) VA Form 0710, Authority for Release of Information Form (v) Optional Form 306, Declaration for Federal Employment (vi) Optional Form 612, Optional Application for Federal Employment d. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. e. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. f. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: List of names of contractor personnel. Social Security Number of contractor personnel. Home address of contractor personnel or the contractor's address. Billing information for the program office, Name and telephone number of the contracting officer. 4. Government Responsibilities The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. Go to http://www1.va.gov/vabackground_investigations/ to retrieve the forms. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested.
 
Place of Performance
Address: Department of Veterans Affairs Medical Center;50 Irving Street NW;Washington, DC 20422
Zip Code: 20422
Country: United States
 
Record
SN01242631-W 20070304/070302220603 (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.