SOLICITATION NOTICE
R -- FINANCIAL IMPROVEMENT AND AUDIT READINESS (FIAR) SUPPORT SERVICES FOR THE U.S. NAVY
- Notice Date
- 12/22/2014
- Notice Type
- Presolicitation
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915RZ006
- Response Due
- 3/9/2015
- Archive Date
- 3/27/2015
- Point of Contact
- DAVID GAGLIARDI 215-697-9692
- E-Mail Address
-
FLC Norfolk, Philadelphia Contract Specialist
(david.gagliardi1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office intends to acquire on a full and open competitive basis, services in support of the Financial Improvement and Audit Readiness (FIAR) Program. Contractor support is required to assist the Department of the Navy (DON) financial and functional communities in accomplishing the required tasks necessary to achieve and maintain the FAIR goals and objectives. The specific actions and/or tasks required under this contract will be identified on individual task orders issued under the contract(s). It is anticipated that actions and tasks will fall under the below four categories: I. Financial Improvement and Audit Readiness Program Support 1.FIAR plans development and maintenance 2.Execution of FIAR Plans 3.Internal Control and Testing 4.Corrective action plans 5.Compilation of Assertion Packages 6.Preliminary audit assessments 7.Audit support 8.Sustainment support II. Program Management Support 1.Project Management 2.Strategic Communications 3.Training 4.Change Management III. Financial Management and Accounting Operations 1.Financial Statement Preparation 2.United States Government Standard General Ledger (USSGL) analysis and support 3.Research and reconciliation of accounting transactions 4.Resolution of problem disbursements 5.Financial Metrics analysis and reporting 6.Standardization of Business Processes IV. System Support 1.Financial system interfaces and data mapping 2.Transaction Reconciliation 3.System Process flows and analysis 4.Testing of controls 5.Process monitoring and improvement Performance to take place partially at Washington Navy Yard, Washington, DC, as well as other U.S. Navy / Government locations in CONUS. Significant proportion of work will be performed at Contractor facilities as well. The ordering period of the resultant contract(s) is anticipated to be twelve months for the base period plus four (4) twelve-month option periods beginning 01 April 2014 or date of award, if later. The anticipated functional categories and estimated labor hours (LOE) required are as follows: Strategic 50,000 hours per year Program Management: 210,000 hours per year Financial: 540,000 hours per year Business Systems: 240,000 hours per year Training: 73,600 hours per year Total LOE: 1,113,600 hours per year Total 5-year LOE: 5,568,000 labor hours A multiple award, Indefinite Delivery, Indefinite Quantity Cost Plus Fixed Fee (CPFF) service contract is contemplated. It is intended that the resultant contract will allow both CPFF and fixed price task orders to be issued, as appropriate. The solicitation will require a cost/price as well as a non-price proposal. Award(s) will be made on a best value basis, with non-price being more important than price. A pre-proposal conference is anticipated. FAR Part 15 procedures will be utilized. The applicable NAICS Code is 541219.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915RZ006/listing.html)
- Place of Performance
- Address: 720 Kennon Street, SE, Bldg 36, Washington Navy Yard, DC
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN03603164-W 20141224/141222235025-211153e35cfb563fe776c96270bfed0f (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 |