SOLICITATION NOTICE
R -- R- Recovery Auditing/Payment Recapture Services
- Notice Date
- 8/1/2011
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-S-11-0055
- Point of Contact
- Janice L Tillery, Phone: Email Questions
- E-Mail Address
-
janicel.tillery@dm.usda.gov
(janicel.tillery@dm.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States Department of Agriculture (USDA) has a requirement for Recovery Auditing/Payment Recapture Services to improve the Department's ability to detect, recover and prevent improper payments in accordance with Request For Proposal (RFP) AG-3142-S-11-0055. This solicitation is not currently available. The solicitation will be issued as a Request For Proposal (RFP) and will be solely available to interested offerors electronically for downloading via the internet at Federal Business Opportunities at www.fbo.gov. Interested offerors shall propose "open market" prices representing the Best Value to USDA. Please do not submit in accordance with GSA Federal Supply Schedule (FSS) or other federal contract price terms and conditions since this RFP will be available to all interested offerors. GSA and other federal contract holders may only submit an "open market" proposal. The RFP will be issued under solicitation AG-3142-S-11-0055 tentatively by the end of next week along with related documents for this procurement. All interested offerors must obtain a Dunn & Bradstreet number, Tax Identification number, and maintain current Central Contractor Registration (CCR). The Department of Agriculture anticipates awarding a Recovery Audit Reimbursement (No Cost) Indefinite Delivery Indefinite Quantity (IDIQ) contract for performance based commercial services. The Contractor will be reimbursed based on a fixed price Contingency Fee (Percentage Rate) of the improper payments the United States Department of Agriculture (USDA) recovers. The Contractor will be authorized (contingent upon written approval from USDA) a specified percentage of the valid overpayments identified by the Contractor and actually recovered by USDA. Invoices for this compensation will be based on amounts substantiated by USDA as recovered. The Government's obligation to make payments under this contract is contingent upon both the Contractor's identification of valid improper payments and the Government's subsequent recovery of improper payments, or portion of improper payments, identified by the Contractor. The Contractor shall bear the burden of its costs of performing Recovery Auditing/Payment Recapture Services and will be compensated only on a percentage of the actual funds recovered. The Contractor shall: provide the tools, methodologies, and skills necessary to work with appropriate officials in addressing the recovery auditing/payment recapture needs of the Department; provide recovery auditing/payment recapture services to meet the mission of the USDA- CTGPD by improving the Department's ability to detect, recover and prevent improper payments, providing sound financial leadership that instills strong fiduciary management, effective internal controls, and careful stewardship of financial resources in the delivery of its programs; provide recovery auditing services and strategies covering the breadth and depth of USDA programs and activities (e.g., grants, loans, benefits, contracts and other assistance); provide periodic reports on conditions giving rise to overpayments identified by the Contractor and any recommendations on how to mitigate such conditions; and report to the USDA credible evidence of fraud or vulnerabilities to fraud, and conduct appropriate training of personnel of the Contractor on identification of fraud. The North American Industry Classification System (NAICS) codes for this requirement are 541611, 541618, 541990, 561499. This requirement will procured utilizing procedures in the Federal Acquisition Regulation (FAR) Part 12, Commercial Items, resulting in the best value for the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-11-0055/listing.html)
- Place of Performance
- Address: See RFP AG-3142-S-11-0055., United States
- Record
- SN02516565-W 20110803/110801234641-5f91dd65d8417b0d2a4f9f4a2284e2e6 (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 |