SOLICITATION NOTICE
D -- USAC Request for Information for Small Business Consideration: Financial Systems Modernization Independent Verification & Validation (IV&V) Support Services
- Notice Date
- 11/16/2010
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
- ZIP Code
- 20554
- Solicitation Number
- USAC-IT-2010-11-16
- Archive Date
- 12/15/2010
- Point of Contact
- Jay H. Beard, Phone: 202-776-0200
- E-Mail Address
-
jbeard@usac.org
(jbeard@usac.org)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION The Universal Service Administrative Company ("USAC") is requesting information from small, small disadvantaged, small woman-owned, small HUB-zone, small veteran-owned and service-disabled, veteran-owned small businesses (collectively, "small businesses") capable of providing the services set forth herein. Stated broadly, this RFI pertains to a future requirement for the procurement to provide Independent Verification and Validation ("IV&V") support services to support the implementation of a new Commercial Off-the-Shelf (COTS) financial management and accounting system. STATEMENT OF NEED The Federal Communications Commission ("Commission" or "FCC") appointed USAC the administrator of the Universal Service Fund ("USF") and the universal service support mechanisms- High Cost ("HC Program"); Low Income ("LI Program"); Rural Health Care ("RHC Program"), including its pilot program; and Schools and Libraries ("SL Program") (collectively referred to as the "Programs")-as set forth in Title 47, Part 54, Section 701 of the Code of Federal Regulations. USAC administers, subject to FCC regulations, directives and oversight, the USF and the Programs. USAC is considering replacing its current financial and accounting systems with a COTS application which is compliant with federal Government Generally Accepted Accounting Principles ("FedGAAP"). The new COTS application may be administered at a hosted location. USAC's organizational structure as a not-for-profit organization [1] and its role in USF administration, make it subject to two sets of accounting rules: (1) Generally Accepted Accounting Principles ("GAAP ") for not-for-profit organizations when accounting for the operations of USAC; and (2) FedGAAP when accounting for the financial transactions of the USF. USAC operates two separate accounting environments, and the USAC and USF books (including the general ledgers ("GL ") and reports) are kept separately. Therefore, the system requirements encompass both USAC and USF business processes and both sets of accounting rules. Neither the COTS application, nor the systems integrator has been selected at this time. As part of the overall replacement effort, USAC seeks to engage an experienced, computer services contractor to perform operational and technical independent verification and validation support for the project. USAC contemplates awarding a single labor hours contract of up to two years duration to meet this requirement. USAC will use the information received in response to this RFI to plan for small business participation in the competition for this contract. USAC is not a federal executive agency or a federal prime contractor, and any contracts awarded by USAC for these services will not be U.S. Government contracts or subcontracts. SCOPE OF SERVICES The IV&V contractor shall provide support in evaluating USAC's new core accounting system software with highly qualified and experienced operational and technical personnel to monitor the new system development life cycle from integration of the COTS software package to full operation. IV&V processes include activities such as assessment, analysis, measurement, inspection, and testing of software products and processes. These IV&V processes further include assessing software in the context of the system, including the operational environment, hardware, interfacing software, operators, and users. The IV&V contractor shall develop a plan to document what is to be tested, what methods shall be used to test the new system and its interfaces, how results shall be communicated, and how re-testing and verification shall be done. The IV&V contractor shall develop appropriate test cases/scenarios, including User Acceptance test cases, and the expected results for each area to be tested. DESCRIPTION OF FIRMS SOUGHT •• * IV&V staff shall have experience with Federal core financial management systems. •• * IV&V best practices with proven IV&V experience which has been applied successfully to both small and large-scale enterprise systems for other customers. •• * Firms must have a satisfactory record of past performance in assignments of similar scope and complexity, and must be eligible to receive federal government contracts. (USAC is not a federal government agency, and the contract resulting from a future procurement will not be a federal government contract or subcontract; but USAC does follow certain federal government contracting procedures, including requiring that its contractors be eligible to receive federal government contracts.) DESCRIPTION OF YOUR FIRM Please briefly describe your firm's ability to meet the needs of this future procurement. Your description should include: •• * Your overall experience in performing services similar to those identified in this RFI; •• * Your familiarity with not-for-profit GAAP and FedGAAP requirements; •• * Your experience with financial and accounting COTS applications inplementations; •• * List of contracts in previous three years conducting similar services; •• * The identity of your firm as a small business (e.g., small business, small disadvantaged, small woman-owned, small HUB-zone, small veteran-owned, or service-disabled veteran-owned businesses); •• * Your average annual revenues for the past three years. CONCLUSION This announcement is for information purposes only. This announcement shall not be construed as a commitment by USAC. This is not a request for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with the provision of the information requested in response to this announcement. Respondents will not be notified of the results of any evaluation. This is a Request For Information (RFI) only. Responses to the RFI should be emailed to Jay Beard at jbeard@usac.org no later than 5:00pm EDT on November 30, 2010. Submissions received after this date and time may be reviewed but may not be considered in contract planning or in the creation of a solicitation. Failure to respond to this RFI does not preclude participation in any future competition for this requirement. [1] Although operating as a not-for-profit, USAC is legally structured as a taxable Delaware incorporated entity. USAC is not organized as a tax-exempt non-profit under Section 501(c)(3) of the Internal Revenue Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/USAC-IT-2010-11-16/listing.html)
- Place of Performance
- Address: 2000 L Street, NW, Suite 200, Washington, District of Columbia, 20036, United States
- Zip Code: 20036
- Zip Code: 20036
- Record
- SN02328044-W 20101118/101116234206-2ac83510e8640014d6d2bfe0cf0c42f7 (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 |