Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOURCES SOUGHT

R -- Actuarial services to assist the DoD OIG in rendering its audit opin on the Medicare Eligible Retiree Health Care Fund financial statements.

Notice Date
7/17/2009
 
Notice Type
Sources Sought
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-R-0120
 
Response Due
7/27/2009
 
Archive Date
9/25/2009
 
Point of Contact
BETTY JONES, 703-428-0450<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(betty.l.jones@conus.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of DoD Inspector General, intends to procure Actuarial Services using 100% HUBZone small business set-aside or using small business set-aside in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due by 10:00 am eastern standard time on 27 July 2009 NO EXCEPTIONS. All Contractors questions must be submitted no later than 10:00 am eastern time on 21 July 2009. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small businesses that are qualified as a HUBZone or small business concern in NAICS code 541211 with a size standard of 8.5 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey is not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the Sources Sought Package. Capability packages shall not exceed six pages and shall be submitted electronically. Small businesses are to outline their experiences in the following: 1.Demonstrate the ability to understand and perform actuarial services associated with large and complexes entities (i.e. Medicare Eligible Retiree Health Care Fund (MERHCF)). Additional demonstration supporting a factual knowledge of auditing financial statements more specifically, demonstrate an understanding of the actuary services as it relates to assessing the reliability of the Incurred But Not Reported (IBNR) and Actuarial Liability accounts. 2.Demonstrate certification in Actuarial Liability accounting activities and show that company is eligible to submit an offer. 3.Demonstrate the ability to compile, segregate, develop and properly administer appropriate documentation typically utilized by Actuary Companies. 4.Demonstrate the knowledge and practical application of all Federal Laws relating to actuary services. 5.Demonstrate past performance, which clearly delineates the practice of actuary services including developing reports, conducting meetings, hiring appropriate functional audit experts, developing findings and publishing reports. Areas or tasks where a contractor does not have prior experience should be annotated as such. NOTE: In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $50,000.00 during the month of performance?; (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ms. Betty Jones for this procurement A Firm-Fixed-Price-Contract is anticipated. The anticipated period of performance shall be a one (1) year base period plus four (4) one-year option periods. The place of performance will be Arlington, Virginia 22202. Contractor personnel will require a current Secret clearance. A written Request for Proposal (RFP) will be posted on or about 3 August 2009. Documentation relating to this Sources Sought must be retrieved and downloaded from CCEs http://cce.hqda.pentagon.mil/rfp/rfp_1.asp. Select the desired RFP and click on the Process button. No hard copies of the Sources Sought will be issued. All amendments will be posted and must be retrieved from this website. Responses to the Sources Sought must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Betty Jones, Contract Specialist, at betty.l.jones@conus.army.mil or Ms. Gail Strickland Contracting Officer at gail.l.strickland@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-0120/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01879723-W 20090719/090718000835-6d1015fce4a973ac8f3c57538e84f695 (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.