Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2015 FBO #4876
SOURCES SOUGHT

R -- Annual Financial Statement Audit and Federal Information Systems Management Act (FISMA) Evaluation for the SBA, Office of Inspector General (OIG) - Draft Performance-Based Statement of Work

Notice Date
3/30/2015
 
Notice Type
Sources Sought
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-15-R-0005
 
Point of Contact
Cheryl T. Flanagan, Phone: 3038442035
 
E-Mail Address
Cheryl.Flanagan@sba.gov
(Cheryl.Flanagan@sba.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft - Performance-Based Statement of Work This is a Sources Sought Notice seeking interest from the small business community only. This notice is for the purpose of market research and is not a request for offers or proposals. The SBA is seeking knowledge of potential for-profit small businesses that are qualified to perform the annual audit of the financial statement and annual FISMA evaluation for the SBA, OIG. The NAICS code for this requirement is 541211, Offices of Certified Public Accountants, with a size standard of $20.5 million. The Product Service Code is R499, Support - Professional - Other. Market Research: The purpose of this Sources Sought Notice is to perform supplemental market research to determine if there are two or more small businesses that are technically able and have sufficient documented professional experience and past performance to perform this annual audit and evaluation. Requirement Background: The purpose of the audit and evaluation is to (1) meet the requirements of the CFO Act of 1990, Public Law 101-576 (or alternatively, the Accountability of Tax Dollars (ATD) Act of 2002, Public Law 107-289) for audits of SBA's principal consolidated financial statements, as defined by the Office of Management and Budget (OMB) Bulletin No. 14-02, Audit Requirements for Federal Financial Statements, as amended, or the most current guidance; (2) provide a basis for the U.S. Government Accountability Office (GAO) to determine the extent to which it can use the work performed under this performance-based Statement of Work (SOW) in support of GAO's annual audit of the U.S. Government-wide Financial Report (FR) of which the SBA is a component; (3) assist SBA management in assessing the effectiveness of internal controls and compliance with laws and regulations; (4) assist SBA and OIG management in determining the effectiveness of Information Technology (IT) related internal controls and compliance with the Federal Financial Management Improvement Act of 1996 (FFMIA), Public Law 104-208; and (5) compliance with FISMA. Contractor would be responsible for all phases of the described audit and evaluation work - including, Planning Phase, Internal Control Phase, Testing Phase, and Reporting Phase. The audit shall be performed in accordance with the most recent version of Government Auditing Standards. See the attached draft SOW for additional information. The value of this requirement is estimated to be between $10 million and $15 million over 5 years. This Acquisition Need: Contractor must demonstrate experience and past performance as the primary auditor of at least one Federal agency that operates significant credit programs, such as SBA's 7(a) and 504 Guaranteed Loan Programs. To be relevant experience or past performance for this requirement, the audit performed must have been in accordance with the Chief Financial Officers' Act (CFO Act). Because of the germane importance of this requirement to SBA, a qualified contractor must have previous experience/past performance of performing this work as defined in this paragraph and in the draft SOW as the prime contractor for a minimum of 4 years, beginning with fiscal year 2011. In addition, Contractor's Key Personnel must have demonstrated credit reform experience/past performance. Specifically, Contractor must have staff auditors with a minimum of 2 years of relevant experience/past performance; and evaluation and credit modeling specialists with a minimum of 8 years of experience/past performance in assessing risks, analyzing economic models, and testing re-estimates. To be qualified, Contractor must demonstrate and document that it serves or has served as the prime contractor to a Federal agency operating significant credit programs, within each of the past 4 fiscal years (FY 2011, FY 2012, FY 2013, and FY 2014), for the following: 1. All phases of a fiscal year annual financial statement audit, including the issuance of an opinion on the financial statements, a report on internal control over financial reporting, and report on compliance with applicable provisions of laws, regulations, contracts, and grant agreements - for presentation to the Federal agency's highest management, OMB, and GAO. 2. Auditing estimates calculated in accordance with SFFAS No. 2, Accounting for Direct Loans and Loan Guarantees and applying the principles of Technical Release No. 3, Auditing Estimates for Direct Loan and Loan Guarantee Subsidies Under the Federal Credit Reform Act (revised), January 2004. - and producing supporting documentation / reports. 3. Assessing the effectiveness of a Government agency's information system control environment, in accordance with GAO Federal Information System Controls Audit Manual (FISCAM). 4. Evaluating an agency's IT systems in accordance with FISMA, Public Law 107-347, including responding to the OMB questionnaire. This work shall be performed using CIGIE Standards for Inspection and Evaluation. Response Requested: Contractor's response shall include the following information in the following order: 1. Contractor's name and DUNS number as it appears in SAM (System for Award Management). 2. The NAICS codes for which Contractor is shown as a small business, as documented in SAM. 3. Specific documentation of the 4 recent years of past performance information for the same or similar work as detailed in this notice and in the attached SOW. Contractor must include all pertinent details so that the SBA can assess from Contractor's response whether the stated experience/past performance is relevant to the work defined in this Notice and in the attached SOW. For each piece of work cited as providing relevant experience/past performance, contractor shall describe how this work is relevant - including a description of the audit and evaluation work. For each piece of work cited, Contractor shall include contract numbers and a Government technical point-of-contact, Contracting Officer's Representative (COR) or Contracting Officer with contact information. 4. Resumes of Key Personnel and staff members with experience/past performance relevant to the work, as described in this Notice and the attached SOW. The resumes shall include sufficient details so any experience/past performance can be verified. Contractor's Response Format and Dates: Responses shall be in English, printable by electronic media on one side of the paper, use 12-point font of any type, and be either single or double-spaced. Responses shall be sent as a pdf file attachment to an email to the Contracting Officer's email address no later than the date and time provided in this notification. The responses shall be limited in size to (1) 10 pages printed on one side, and (2) 10 megabytes total - both email message and attachment - in order to protect the Contracting Officer's email capacity. Do not include formatting that requires large megabyte support. Any graphs or tables included count toward the page limitation. Resumes may be in any format and length, and resumes do not count toward this page limitation - but do count toward the overall 10 megabyteslimit for a response. General/Related Information: A solicitation/request for proposal (RFP) is not being issued at this time, and this notice shall not be construed as a commitment of any nature by the Government. No contract will be awarded as a result of this Sources Sought Notice. A request for solicitation/RFP documents will not receive a response. All costs associated with providing information as requested by this Sources Sought Notice shall be the responsibility of the Contractor. This notice does not restrict the Government in any way to a particular acquisition approach. Submit the information requested above (response) by email to Cheryl T. Flanagan, Contracting Officer, cheryl.flanagan@sba.gov, no later than 3 p.m., Mountain Time, on April 29, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-15-R-0005/listing.html)
 
Place of Performance
Address: Contractor's Office with occasional travel to SBA Headquarters in Washington, D.C., United States
 
Record
SN03683433-W 20150401/150330235319-b4f547437bce4943edeaf4ddf5a2ade6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.