SOLICITATION NOTICE
R -- OIG Evaluation Support Services - SOW
- Notice Date
- 4/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Potomac/White House Service Center(WPG), 7th & D Streets, SW, Room 6901, Washington, District of Columbia, 20407
- ZIP Code
- 20407
- Solicitation Number
- CNSIG13Q0005
- Archive Date
- 5/21/2013
- Point of Contact
- Henrietta Young, Phone: 202-606-6988, Nicole Wright, Phone: 202-606-6983
- E-Mail Address
-
hyoung@cns.gov, Nwright@cns.gov
(hyoung@cns.gov, Nwright@cns.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Request for Quote CNSIG-13-Q-0005 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.06, as supllemented with additional information included in this notice. This announcement constitutes the only solicitation; quoates are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number CNSIG13Q0005. This notice incorporates provisions and clauses in effect through Federal Acquisitions Circular (FAC) 2005-32 dtd 5/14/2009. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is a 100% woman-owned small business set aside. The associated North American Industry Classification System (NAICS) Code is 541611. The objective of this task order is to obtain evaluation support services from a qualified independent consulting firm (firm or contractor) to the Office of Inspector General (OIG), Corporation for National and Community Service (Corporation or CNCS) during the performance period from May 15, 2013 to July 30, 2013. The primary objective of this contract is to secure the services of a consultant/contractor to conduct an evaluation of the Corporation's Office of Grants Managements' (OGM) internal controls over fixed-priced grants. The evaluation will include an analysis of the Corporation's ability to provide adequate oversight during the fixed-priced grant life cycle including award, performance, draw-downs, and close-out phases of fixed-priced grants. The selected firm shall provide one (1) contracted evaluator to assist the OIG to perform an evaluation in accordance with the Quality Standards for Inspection and Evaluation issued by the Council of the Inspectors General on Integrity and Efficiency (CIGIE). Description of the Corporation for National and Community Service The mission of the Corporation is to improve lives, strengthen communities, and foster civic participation through service and volunteering. The National Community Service Trust Act of 1993 (which amended the National and Community Service Act of 1990) established the Corporation as a government corporation, subject to the requirements of the Government Corporation Control Act, to engage Americans of all ages and backgrounds in community-based service. Enacted on April 2009, the Edward M. Kennedy Serve America Act (Serve Act) reauthorized and expanded the mission and operation of CNCS and created new programs, amending the National and Community Service Act of 1990 and the Domestic Volunteer Service Act of 1973. The Corporation provides grants and other incentives to states, local municipalities, and not-for-profit organizations to address community needs in education, homeland security, housing, health care, environmental protection, and disaster relief. The Corporation oversees the following major programs: • AmeriCorps is the national service program that engages Americans in full-time and sustained part-time community service and provides education awards in return for such service. AmeriCorps programs include State, National, Tribes, and Territories (State and National); Volunteers in Service to America (VISTA); and National Civilian Community Corps (NCCC). • Senior Corps is a network of volunteers, age 55 and older, who participate in the Foster Grandparent Program, the Senior Companions Program, and the Retired and Senior Volunteer Program. These programs tap the experience, skills, talents, and creativity of America's seniors. • Social Innovation Fund is a program created by the Serve Act to improve the lives of people in low-income communities by mobilizing public and private resources to grow innovative nonprofit organizations that have evidence of compelling impact in three priority areas of need: economic opportunity, youth development and healthy futures. Additional information regarding the Corporation can be obtained from the Corporation's website at http://www.nationalservice.org. Description of the Office of Inspector General In 1993, Congress created the OIG along with the Corporation in the National and Community Service Trust Act of 1993. As an independent and objective entity within the Corporation, the OIG conducts audits, evaluations, and investigations of the Corporation's grantees, programs, and operations with the goal of detecting and preventing fraud, waste, and abuse. The OIG further recommends revisions to CNCS policies and practices, with the goal of promoting economy and efficiency. The OIG keeps the Corporation's Chief Executive Officer, Board of Directors, and the Congress fully informed of its work and findings. Additional information regarding the OIG can be obtained from the OIG's website at http://www.cncsoig.gov. The OIG Audit Section's responsibilities include auditing the Corporation's annual financial statements, assessing the Corporation's management controls, reviewing the Corporation's operations, and evaluating/auditing individual grants, contracts, and cooperative agreements funded by the Corporation. All OIG audit reports are issued to Corporation management for its action or information. During Fiscal Year (FY) 2012, the OIG Audit Section issued 16 audit and evaluation reports, with eight of the OIG audits and evaluations were performed by OIG personnel. Prior audit/evaluation reports issued by the OIG are available for review at the OIG Internet Site at http://www.cncsoig.gov/news/audit-reports. Tasks and Scope of Services The selected firm shall provide one (1) contracted evaluator with all services, equipment and materials necessary to perform the work described by this Statement of Work (SOW) in an orderly, timely and efficient manner to the complete satisfaction of the Government. The contracted evaluator shall assist the OIG to perform an evaluation of the Corporation's fixed-price grant programs (including Corporation's grantees) in accordance with the Quality Standards for Inspection and Evaluation issued by the CIGIE. Other applicable grant, audit and internal requirements issued by the Government Accountability Office (GAO), the Office of Management and Budget (OMB) Circulars and Memoranda are followed during performance of evaluation. The contracted evaluator shall be responsible for assisting OIG's Assistant Inspector General for Audit (AIGA) and Audit Managers in all phases of the evaluation and review: planning, conducting and coordinating fieldwork, and reporting. Having a substantial and continuing responsibility for activities with assigned engagements, specific examples of tasks to independently perform evaluations and reviews include: • Obtain understanding of the Corporation's internal controls regarding grants management; this will include a review of prior internal control reviews and the efforts of the Corporation's Fiscal Integrity Steering Committee (former Senior Assessment Team) and its Improper Payment Elimination and Recovery Act (IPERA) compliance efforts; • Conduct research and identify applicable criteria; this will include benchmarking to other Federal agencies; • Develop evaluation or review approach, objectives, and work program; • Communicate evaluation or review objectives and scope through conducting entrance conference and preparing notification letter; • Request, examine, and analyze supporting documents, data, records, and methods of operation; • Interview Corporation's management and employees, grantees, and volunteers; • Review the relevant Corporation's policies and procedures and provide recommendations; • Determine and assess compliance with the relevant laws, regulations, policies, and provisions, including the Serve Act; • Review and assess efficient and economic resource utilization, policy implementation, and/or achievement of program effectiveness, efficiency, and performance; • Present evaluation status, findings, and recommendations to Corporation management and entity personnel through conducting status meetings and exit conference; • Prepare evaluation report and any other necessary written correspondence to communicate results, findings, and recommendations; • Document all work performed in workpapers utilizing electronic working paper system (AutoAudit). The above list of tasks is not an inclusive list. The contracted evaluator will receive specific guidance of the assigned evaluation from the OIG's AIGA and/or Audit Manager who supervises the assignment. General supervision will be provided on priorities, resources available, and controversial issues. The contracted evaluator must have the following skills and/or knowledge: • Utilize the OIG's AutoAudit software to document evaluation efforts; • Utilize Corporation's information technology (IT) systems (Momentum, MyAmeriCorps Portal, eGrants, and eSPAN) and government-wide IT systems (Payment Management System [housed by the Department of Health and Human Services] and Federal Audit Clearinghouse Database, including Image Management System [housed by the Census Bureau]) to assist evaluation work; • Operational knowledge of Corporation's unique grants, including experience in special VISTA grant provisions; • Working knowledge of the Corporation's IPERA efforts; • Understand the Corporation's internal control environment; • Knowledgeable of the Single Audit Roundtable; and • Knowledgeable of the Corporation's audit resolution processes. While the contracted evaluator will not perform IT audits or reviews, the contracted evaluator must have knowledge and be able to utilize various grant information systems, including eGrants, eSPAN, MyAmeriCorps Portal, Momentum, Payment Management System, Federal Audit Clearinghouse Database (including Image Management System). Post-Award Conference A post-award conference shall be held no later than one week after task order award date. The firm shall contact the Contracting Officer's Representative to schedule the conference. The conference shall be held at the OIG office (1201 New York Avenue, NW, Suite 830, Washington, DC 20525). The purpose of the post-award conference is to ensure that all parties have a baseline of understanding of the contract and clear expectations. It will also serve as a forum for introduction of contracted evaluator assigned to the contract. The agenda and process will be very informal. The goal of the conference is to establish a clear understanding of the effort and an effective communication network. Place of Performance, Contractor Workspace, and Access to Information All work under this order may be conducted at the OIG's facility. Contracted evaluator will be provided access, on a need-to-know basis, to OIG reports, files, and audit documentation issued by the OIG that are necessary to complete assigned tasks and engagements. During the performance period of this task order, workspace will be made available for the contracted evaluator at the OIG office located at 1201 New York Ave., NW, Suite 830, Washington, DC 20525. Contracted evaluator will be granted access to the Corporation's Headquarters building (located at 1201 New York Ave., NW, Washington, DC 20525) and OIG office during the contract performance period. OIG will provide contracted evaluator an ID badge and Kastle Key for building and offices access. This access will be terminated shortly after the end of the performance period. The workspace will include access to desk telephones, photocopying, facsimile, desktop and/or laptop computers to access OIG and Corporation systems, and printers. Contracted evaluator must meet all Corporation IT security and privacy requirements before access to IT systems will be granted. Contracted evaluator shall not install any IT software, programs, or applications onto the Corporation-supplied computers. Contracted evaluator shall apply the guidance in the OMB Memo 06-15 (Safeguarding Personally Identifiable Information) and 06-16 (Protection of Sensitive Agency Information) when handling or transporting either electronic or hardcopy documentation of Personally Identifiable Information (PII). Any actual or suspected compromise of PII information will be immediately reported to the OIG's COR, as required by the Rules of Behavior that each Corporation's contractor must sign. Failure to comply with the IT security or building security requirements will result in immediate removal of the offending party from the task and could ultimately result in termination of the task order. By the authority vested in 5 U.S.C. §7902, and the Federal Property and Administrative Service Act of 1949, as amended, 40 U.S.C. 101 seq., and to improve safety on our roads and highways and to enhance the efficiency of Federal contracting, it is hereby ordered as follows: Text Messaging While Driving by Government Contractors, Subcontractors and Recipients and Sub-recipients are banned from text messaging while driving company-owned or rented vehicles or government-owned vehicle (GOV), or while driving privately-owned vehicle (POV) when on official Government business or when performing any work for or on behalf of the Government. Key Personnel The selected firm shall provide one (1) contracted evaluator who serves as the key personnel of this task order. In accordance with the terms and conditions of the contract, the Government will review resume and proposed contracted evaluator's qualifications, to include their training profile, prior to acceptance of individual proposed for this task order. The firm shall submit, as part of its proposal, resume for proposed key personnel, as well as training profiles that demonstrate key personnel's experience and training,. The proposed contracted evaluator must have demonstrated experience in Federal evaluations, Corporation internal control processes, and the OIG software. The firm shall provide written notification to the Contracting Officer for approval at least 30 calendar days prior to substitution of key personnel assigned to this task order (emergency replacements will be handled on a case-by-case basis). The firm shall supply written justification as part of this notice as to the circumstances necessitating the proposed replacement of the key personnel and shall provide the name, resume, and training profile of the proposed replacement. Any personnel replacement must at least have equal to or better experience or education, as determined by the OIG, than the person replaced. Declaration of Independence and Conflict of Interest Statement The firm and its proposed contracted evaluator are expected to evaluate their independence considering its known relationships with the Corporation, if any, and to provide a Declaration of Independence and Conflict of Interest Statement (Attachment A) for the firm and a Personal Statement of Independence (Attachment B) for the contracted evaluator with its task order proposal. If, during performance of this task order, the firm and/or contracted evaluator receive additional information, which was unknown at the time of task order award, and which indicates a possible conflict of interest or potentially voids the Declaration of Independence, the firm and/or contracted evaluator shall immediately disclose this information to the OIG. The OIG will determine whether re-certification is required. Non-Disclosure Agreement During the course of the contract performance period, the contracted evaluator will be given conditional access to sensitive but unclassified information. The firm and contracted evaluator are subject to the terms and conditions of this Non-Disclosure Agreement (Agreement). The firm is required to ensure that the contracted evaluator (and any replacement) assigned to this task order understand and comply with the following non-disclosure terms and conditions: • By being granted conditional access to sensitive but unclassified information, the United States Government has placed special confidence and trust in the firm. Under the terms and conditions of this Agreement, the firm is therefore obligated to protect this information from unauthorized disclosure. • As used in this Agreement, sensitive but unclassified information is any information the loss, misuse, or unauthorized access to or modification of which could adversely affect the national interest or the conduct of Federal programs, or the privacy to which individuals are entitled under Title 5 U.S.C. §552a, but which has not been specifically authorized, under criteria established by an Executive Order or an Act of Congress, to be kept secret in the interest of national defense or foreign policy. • The firm is being granted conditional access contingent upon award of the contract for the sole purpose of performing this contract. This approval will permit conditional access to certain information, and attendance at meetings in which such information is discussed or otherwise made available. This Agreement will not allow access to materials that the OIG has predetermined, in its sole discretion, is inappropriate for disclosure pursuant to this Agreement. This may include sensitive but unclassified information provided to the OIG by other agencies of the United States Government. • No sensitive but unclassified information that is provided to the firm pursuant to this Agreement will be divulged to anyone, unless the firm has received written authorization from the OIG. Should the firm needs to make use of any sensitive but unclassified information, it will do so in accordance with the terms and conditions of this Agreement. Prior to publication of any document or other release of information that is based upon knowledge it obtained during the course of the contract period, the firm will submit a request to the OIG for a security review in order for the OIG to ensure that no sensitive but unclassified information is disclosed. • The firm hereby assigns to the United States Government all royalties, remunerations, and emoluments that have resulted, will result or may result from any disclosure, publication, or revelation of sensitive but unclassified information not consistent with the terms of this Agreement. • If the firm is permitted, at the sole discretion of the OIG, to review any official documents containing sensitive but unclassified information, such review will be conducted at a secure facility or under circumstances that will maintain the security protection of such material. The firm will not be permitted to, and will not make, any copies of documents to which conditional access is granted. Any notes taken during the course of such access will remain at the OIG and will be placed in secure storage unless OIG officials determine that the notes contain no sensitive but unclassified information. If the firm wishes to have the notes released to it, OIG officials will review the notes for the purpose of deleting any sensitive but unclassified information and creating a redacted copy of the notes. If the firm does not wish a review of any notes that it may make, those notes will remain in sealed and secure storage at OIG. If the firm violates the terms and conditions of this Agreement, it understands that the unauthorized disclosure of sensitive but unclassified information could compromise the security of the Corporation and OIG. • If the terms and conditions of this Agreement are violated, such violation may result in the cancellation of conditional access to sensitive but unclassified information. This may serve as a basis for denying the firm conditional access to OIG information, both classified and sensitive but unclassified information, in the future. If the firm or individuals it assigns to the contract violate the terms and conditions of this Agreement, the United States may institute a civil action for damages or any other appropriate relief. The willful disclosure of information, which the firm has agreed herein not to divulge, may constitute a criminal offense. • Unless and until the firm is provided a written release by the OIG from this Agreement or any portions of it, all conditions and obligations contained in this Agreement apply both during the period of conditional access, which shall terminate at the conclusion of performing the evaluation, and at all times thereafter. • Each provision of this Agreement is severable. If a court should find any provision of this Agreement to be unenforceable, all other provisions shall remain in full force and effect. • The firm understands that the United States Government may seek any remedy available to it to enforce this Agreement, including, but not limited to, application for a court order prohibiting disclosure of information in breach of this Agreement. • By granting conditional access to information in this context, the United States Government does not waive any statutory or common law evidentiary privileges or protections that it may assert in any administrative or court proceeding to protect any sensitive but unclassified information to which the firm has been given conditional access under the terms of this Agreement. • The firm's execution of this Agreement shall not nullify or affect, in any manner, any other secrecy or nondisclosure Agreement that it has executed or may execute with the United States Government. The firm makes this Agreement in good faith, without mental reservation or purpose of evasion. Safeguarding of Sensitive Data The firm and contracted evaluator will treat all information received as sensitive. Contracted evaluator removing or receiving data from government sources is responsible for protection and security procedures to prevent loss or compromise of the data. This protection includes the physical security of documents, or electronic media on which the data resides. The firm's or contracted evaluator's equipment used to process or store sensitive government data must meet the requirements for information security contained in the Federal Information Security Management Act of 2002 (FISMA), OMB guidance, and standards as published by the National Institute of Standards and Technology. Contracted evaluator with access to PII, networks of the Corporation, OIG, grantees or subgrantees is required to satisfactorily complete the Corporation's information technology security and privacy web-based training modules. OMB has stated that security of an agency's IT system and oversight of that security is to be commensurate with the risk and magnitude of harm associated with unauthorized use, access, or a compromise of the data. For this task, the major risk factors are loss or disclosure of members' or volunteers' PII, employee PII and salary information, and Corporation information security and configuration settings. Required Disclosure • Contracted evaluator who is involved in an actual or suspected breach or loss of PII must report the incident to the OIG within one hour of occurrence discovery. Security Requirements This is a moderate risk, public trust position, requiring favorable adjudication of a background investigation. If selected for this contract, the contracted evaluator will be subject to favorable adjudication of a suitability determination and will be required to complete an SF-85P, Questionnaire for Public Trust Positions, to initiate a background investigation. As discussed in previous section, the contracted evaluator must successfully pass the Corporation's information technology security and privacy web-based training modules. Contract Period of Performance The period of performance will be from May 15, 2013 to July 30, 2013. The contracted evaluator is expected to be on-site five days per week (weekdays), eight hours per day (during Corporation's public service hours). The Corporation's public service hours are Mondays to Fridays, between 8:30am to 5:00pm, excluding Federal holidays. Overtime is not authorized unless specifically approved in advance by the AIGA. OIG Oversight and Coordination The OIG will actively monitor the contracted evaluator's performance to ensure work quality and progress. The contracted evaluator is expected to periodically, including a mandatory weekly formal status meeting, discuss with OIG's AIGA and Audit Managers regarding assigned work progress, obstacles, and/or findings. Failure to promptly bring issues, impediments, or findings to the attention of OIG, and via the weekly status meetings, will be considered a failure to deliver promised services. "Promptly" means during the course of the contract performance rather than towards the end of the contract performance period or the end of the assigned engagements. Contracting Officer's Representative The Contracting Officer's Representative (COR) supports and assists the Contracting Officer in the administration of the task order. The COR provides technical directions to the contracted evaluator, review contracted evaluator's work, and oversee contracted evaluator's performance. Technical direction is defined as direction to the firm/contracted evaluator which fills in details, suggests possible lines of inquiry, or otherwise supplements the scope of work. The COR for this contract is Mr. Stuart Axenfeld, Assistant Inspector General for Audit, (202) 606-9360. Mr. Axenfeld may reassign task monitor duties to other OIG Audit Managers with e-mail notification to the firm with a copy to the Contracting Officer. Nevertheless, Mr. Axenfeld will remain the primary COR and technical point of contact for this contract. Changes to the task order will be in writing and can only be issued by the Contracting Officer. Upon award, copies of the COR appointment letters outlining duties, responsibilities, and limitations will be provided. The COR or assigned task monitor will review and accept all work and deliverables performed by the contracted evaluator under the task order. Cost Schedule This is a time-and-materials task order per FAR Part 16.601. Travel and per-diem costs are not authorized for this task order. No travel is required for the contracted evaluator under this task order. The firm's proposed and accepted labor hours budget is provided for budgetary and monthly invoicing purposes. However, the firm will have the flexibility to realign labor hours but prior approval by the Contracting Officer must be obtained. As long as the firm stays within the contract ceiling and the technical performance and the proposed technical approach are not adversely affected, the Contracting Officer may approve the realignment. Also, the firm may not add labor categories or adjust labor rates without written approval from the Contracting Officer. COST SCHEDULE Labor Category Labor Rate Estimated Hours Total Payment Schedule Interim payments under FAR Clause 52.232-7 (Payments under "Time-and-Materials and Labor-Hour Contracts (Mar 2000") are authorized. Vouchers may be submitted no more frequently than once per month. The firm shall send one original voucher/invoice to the Contracting Officer. Invoices must detail hours worked by the contracted evaluator for the period billed, and to-date, against budgeted figures, and must include a signed statement certifying their accuracy. Invoices must be supported by evidence of actual payments and by individual daily job timecards/timesheets. The OIG will review the monthly status progress and/or contracted evaluator's timecards/timesheets against the invoiced costs to substantiate progress completed. As required by FAR 52.232-7, an amount equal to five (5) percent of the total contract payments, not to exceed $50,000 may be withheld and retained until the execution and delivery of a release is provided by the firm. As required by the referenced payments clause, the contractor shall ensure that, upon completion of the contract, the final or completion invoice is clearly marked "FINAL." Prior to OIG final invoice payment, the firm will be required to sign a Release of Claims document per FAR Part 52.232-7 (g) Assignment and Release of Claims. The firm, and each assignee under an assignment entered into under this contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a condition precedent to final payment under this contract, a release discharging the Government, its officers, agents and employees of and from all liabilities, obligations, and claims arising out of or under this contract. Under FAR Clause 52.232-7 (d) "Total Cost" requirement, if at any time during performing this contract, the firm has reason to believe that the total price to the Government for performing this contract will be substantially (85 percent) greater or less than the then-stated ceiling price, the firm shall notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. Attachments Attachment A Declaration of Independence and Conflict of Interest Statement Attachment B Personal Statement of Independence
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPG/CNSIG13Q0005/listing.html)
- Place of Performance
- Address: 1201 New York Ave., NW, Suite 830, Washington, District of Columbia, 20525, United States
- Zip Code: 20525
- Zip Code: 20525
- Record
- SN03046513-W 20130428/130426234058-b083f6804cd6365484c77fefe18a5c31 (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 |