SOURCES SOUGHT
R -- FINANCIAL MANAGEMENT OVERSIGHT PROGRAM SERVICES - FMO-SOW
- Notice Date
- 8/5/2014
- Notice Type
- Sources Sought
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- FTA-14-0035
- Archive Date
- 9/3/2014
- Point of Contact
- Robyn Jones, Phone: 2023660943
- E-Mail Address
-
robyn.jones@dot.gov
(robyn.jones@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Soft Copy of FMO Statement of Work The Federal Transit Administration is seeking capability packages, not proposals at this time, ONLY from Small Business Administration (SBA) Certified 8(a) contractors. Those contractors under the NAICS Code 541211 with a size standard of $6M are encouraged to submit their capability packages. Capability packages must exceed 15 pages and must be submitted electronically. Capability packages must be submitted by August 19, 2014 by 4:00PM. Questions concerning this requirement will be entertained until August 13,2014. A contract may not be awarded as a result of this combined sources sought/synopsis. If a contract is awarded from this effort, it will be for the procurement of Financial Management Oversight (FMO) Support Services using competitive procedures under the SBA 8(a) Set Aside Program. The contractor should have existing experience in conducting the following: •· Full Scope Financial Management System Reviews (Full Scope Reviews); •· Follow-up to Full Scope Financial Management System Reviews (Follow-up Reviews); •· Cost Allocation Plan Reviews (CAP Reviews); •· Agreed-Upon Procedures Reviews; •· FMO Financial Condition, Capability and Capacity Assessment Reviews, (Non-New Starts); The contractor should also be capable of: •· Updating the Financial Management Oversight Resource Manual; •· Conducting FMO Seminars for grantees; •· Review and comment on FMO Monthly Status Reports; •· Provide Oversight Program Support and respond to Special Assignments. The Statement of Work (SOW) for this effort includes tasks to assure that the FTA discharges its financial management oversight responsibilities. The FMO program facilities the FTA required assurances that Grantees have sound financial management systems and adequate internal controls to manage the Federal funds granted to them. The program also assists the FTA in determining the general financial condition of a Grantee, its non-federal funding entities, and the financial capability of the grantee to maintain its ongoing operations. The specific tasks listed above require: Contractors with transit industry experience in conducting FMO Reviews and contractors that can supply Certified Public Accountants (CPAs). CPAs are required to perform financial management oversight reviews of selected grantees' financial management systems. They must demonstrate knowledge of the transit industry and Federal regulations related to the FTA FMO program in order to report on, not to change, the FTA grantees' financial management system. The contractor's Partner/Principal, Senior Manager, Technical Expert and the person authorized to sign the report, must be CPAs in good standing with licensing requirements. The proposed staff shall include a range of senior to junior personnel necessary to provide adequate support for the contractor's professional, external, independent and objective opinion. Those opinions must be in accordance with applicable American Institute of Certified Public Accountants (AICPA) Professional Standards, the Committee for Sponsoring Organizations (COSO) guidelines; and the Transit Financials Analysts requirements for conducting FMO final condition, capability and assessments. The vendor shall annotate areas where he/she does not have prior experience. Note 1: The prime contractor must be a CPA firm with 51% ownership by Certified SBA 8(a) personnel and be in the practice of public accounting and in good standing with AICPA and their State Accountancy Board. Note 2: The following questions are asked at the Contracting Officer's discretion and must be answered and elaborated on as part of the of the capability package: •· Past Performance - Does your firm have the relevant past performance within the last three years? (include contract numbers, contract types, dollar value of each contract, points of contact, and a brief description of the work performed) •· Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as described in the tasks above? If at least two responsible 8(a) firms are determined by the FTA to be capable of performing this requirement based on an evaluation of the capability packages, the requirement will be solicited as a 100% 8(a) Set Aside. Conversely, if capability packages are not received from at least two responsible 8(a) firms by the response date or if the FTA determines that no 8(a) firms are capable of performing this requirement based on criteria stated above, this requirement will be solicited under the small business procedures as a 100% small business set aside. To assist in maintaining a list of interested 8(a) firms for this potential procurement, please provide the following to FTA POC list at the end of this announcement: •· Company name; •· Point(s) of contact (POC); •· Address; •· Phone Number; •· Cage Number; •· Business Size (under the above NAICS Code) An Indefinite Delivery Indefinite Quantity (IDIQ) type contract is anticipated. The anticipated period of performance will be a base period of 12 (twelve) months and four (4) option periods of 12 months each. Anticipated period of performance is to begin 3 rd Quarter, FY15. Places of performance will be called out in task orders and will include the Continental US, but may also include international travel as well. Contractor personnel are not required to have current clearances. The FTA may revise its acquisition strategy and solicitation requirements based upon industry responses. Contractors are responsible for all costs associated with submitting their capability packages. FTA POC is Robyn Jones, 202 366-0943, email robyn.jones@dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/FTA-14-0035/listing.html)
- Place of Performance
- Address: United States of America, United States
- Record
- SN03450009-W 20140807/140805234951-3f21cd9353fd56c47a40e99b824dcf37 (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 |