SOLICITATION NOTICE
R -- Payment Recapture Contingency Contract - Attachments
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
- ZIP Code
- 20202
- Solicitation Number
- ED-CFO-13-R-0003
- Archive Date
- 10/25/2012
- Point of Contact
- Jessalyn Mastrianni, Phone: 202-235-6482, Michele W. Jennings, Phone: 202-245-6138
- E-Mail Address
-
Jessalyn.Mastrianni@ed.gov, Michele.Jennings@ed.gov
(Jessalyn.Mastrianni@ed.gov, Michele.Jennings@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment D- Contractor Performance Information Attachment C- Sample QASP Attachment B- Applicable Clauses Attachment A- Statement of Objectives The Improper Payment Elimination and Recovery Act (IPERA) requires agencies to conduct payment recapture audits for any program over $1 million, unless doing so would not be cost effective. The Financial Improvement and Post Audit Operations (FIPAO) office of the Office of the Chief Financial Officer (OCFO) leads the Department of Education's indirect cost, post audit, and internal controls activities through exceptional customer service and dedication to the efficient and effective use of taxpayer dollars. FIPAO leads the Department's effort to implement this requirement audit requirement and requires contractor support to perform recapture audits in accordance with the attached Statement of Objectives. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 principal place of performance shall be at a contractor-provided site unless otherwise proposed. Interested sources must submit information that demonstrates their ability to meet the requirements above, no later than October 10, 2012 at 2:30 PM, EST. Clarification questions must be submitted by 2:30 PM EST on September 24, 2012. Any proposals and questions must be submitted electronically to the attention of Jessalyn.Mastrianni@ed.gov, Contract Specialist, with a concurrent copy to Michele.Jennings@ed.gov, Contracting Officer. The resulting contract will be paid on a contingency fee basis. Proposals shall include Solicitation Number, company name, point of contact, address, phone number, email, fax number, DUNS number, size status under NAICS 541211 (i.e., small business, disadvantaged business, woman owned business, etc.), and a full Performance Work Statement in response to the attached Statement of Objectives. Offer must be valid for 90 calendar days after submission. Proposals are limited to 50 pages in 12-point Times New Roman font, including cover page and attachments. Proposals must be submitted by October 10, 2012 at 2:30 pm EST. Proposals must be emailed to Jessalyn.Mastrianni@ed.gov and Michele.Jennings@ed.gov. Offerors will be evaluated based on price and ability to meet the following solicitations requirements. The basis for the award will be best value through trade-offs; therefore, the Department may award to other than the lowest-priced offeror based on the proposed fixed contingency rate. See Attachment B for Evaluation Criteria and Proposal Instructions. Please note that offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and Department of Education Acquisition Regulation (EDAR) Provision 3452.209-71 - Conflict of Interest Certification. In addition, the offeror must identify the contract administrator as required by General Provision 306-8. This solicitation and its corresponding provisions are those in effect through Federal Acquisition Circular Number 2005-60. General Provision 309-1a, LIST OF ATTACHMENTS: Attachment A -Statement of Objectives; Attachment B- Applicable Clauses; Attachment C- QASP; Attachment D- Past Performance Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-CFO-13-R-0003/listing.html)
- Place of Performance
- Address: Contractor Site, United States
- Record
- SN02881453-W 20120915/120914001004-ec97dbf8398e064e8af6271d128ff95d (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 |