Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2016 FBO #5307
DOCUMENT

R -- Auditing Service Provide answers to industry's questions. - Attachment

Notice Date
6/2/2016
 
Notice Type
Attachment
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11916R0182
 
Response Due
6/6/2016
 
Archive Date
7/6/2016
 
Point of Contact
Charisse.James2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Question 1: Is there an incumbent on this offering? Answer 2: Yes there is an incumbent. Question 2: Can you provide the name of the incumbent, Contract number and Value of the contract? Answer 2: The incumbent is Best Value Technology, Inc., the contract number and value will not be disclosed at this time. Question 3: Can actual experience be accepted as past performance in lieu of contracted performance under my company name? Answer 3: Actual experience can be accepted as past performance if the individual the past performance is submitted for works on the contract and the experience meets the requirements as presented in the solicitation. Question 4: Does experience under a private company count as past experience? Answer 4: Yes, if the experience meets the requirements as presented in the solicitation. Question 5: If there is an incumbent will the new prospective contractor have access to the current employees in place? Answer 5: Upon award the information regarding employees in place will be provided to the awardee. Question 6: If a contractor is currently providing these services, can you please provide the contractor name, current contract number, current contract length of performance, and current contract value. Answer 6: See answer for question 2. Question 7: If there is an incumbent, are they eligible to bid? Answer 7: The requirement is set a-side for service disabled veteran owned small businesses. All contractors who meet the set a-side would be eligible to bid. Question 8: Are the positions being currently filled by either federal civilian employees or incumbent contractor personnel? Answer 8: The work is currently being completed by federal civilian employees and contractor personnel. This will be the same going forward. Question 9: How has this scope of work been handled historically? (i.e. was this done by previous GS employees or were these services provided by a contractor/vendor? Answer 9: See answer for question 8. Question 10: Are any of the positions covered under the Service Contract Act Wage Determination? Answer 10: Yes, some of the positions are covered under SCA. Question 11: Will the government allow the use of personal past performance in lieu of, or in conjunction with, corporate past performance? Answer 11: See answer to questions 3 and 4. Question 12: Is there a page limit on the Technical Volume? Answer 12: Yes, the page limit on the Technical Volume is listed in E.2 Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items 1(c). Question 13: What are the equivalent GS pay grades for non-SCA positions? Answer 13: OPM has the GS pay grades listed on their website. It is a business decision where the proposed non-SCA positions would fall within that scale. Question 14: What is the estimate contract award date? Answer 14: The contract is anticipated to be awarded prior to October 1, 2017. Question 15: As SCA wage rates increase annually and Wage Determinations are updated, will the government modify the contract each year to allow for an upward equitable adjustment to the offeror's firm fixed price amount upon which the direct labor w age rates were based? Answer 15: The contracting officer will evaluate the wage rates prior to issuing option years and will address wage increases at that time. Question 16: Can you post the names and contact info of the interested parties? Answer 16: Federal Business Opportunities (FBO) contains has a section for interested parties to provide their information. Question 17: Can you release the WS (Wage Scale) for the department of labor in the state of Texas? Answer 17: The wage determination will be included in the formal solicitation. Question 18: Can you provide the Anniversary dates by position for each of the incumbent roles? Answer 18: This will be provided to the awardee, after award. Question 19: If you can't provide this data please provide the FAR reference that prohibits such release of data. Answer 19: FAR 52.222-17 - Nondisplacement of Qualified Workers Question 20: WG (Wage scale) employee must have an increase in vacation and adjustment in pay rate depending on how long the employee has been on the job. It would be an unfair advantage to potential respondents if we can't get access to the length of time the employees have been on the contract should a respondent choose to keep the incumbent workforce in place. Can the CO provide a remedy so that the playing field would be leveled regarding the pricing of personnel? Answer 20: Refer to FAR 52.222-17, Nondisplacement of Qualified Workers. Question 21: What is the incumbent staff anniversary dates? Answer 21: See answer to question 20. Question 22: What is award amount, number of employees needed for the contract, and option for telecommute work? Answer 22: See answer to question 2; the information regarding telecommute work is included in the performance work statement section 3.5 attached to the solicitation. Question 23: Is there an incumbent currently providing audit support services for the Department of Veterans Affairs (VA), Financial Service Center (FSC)? If so, what is the name of the current contractor-SDVSOB currently providing these audit support services to VA's FSC? Answer 23: See answer to question 2. Question 24: If there is an incumbent is the incumbent disqualified from bidding as a Prime or Subcontractor? Answer 24: See answer to question 7. Question 25: Currently the NAICS code for this solicitation is 541219, Other Accounting Services, however from the Performance Work Statement (PWS) is seems a NAICS code of 541211, Office of Certified Public Accountants would be more appropriate? These services requested by VA FSC is normally procured under 541211. Is VA FSC be willing to change the NAICS code for this solicitation to 541211? Answer 25: Market research has shown that NAICS code 541219 is the appropriate NAICS for this requirement. Question 26: Please clarify under B.1 Price/Cost Schedule Item Number 0001, 0002, 0003, 0004, 0005 and future option years what Quantity 12.00/Unit MO represents? Does this mean 12 FTEs per month for each Item Number respectively? So, for Item Number 0001, Senior Auditor or equivalent 23,040 hrs a year if using a year equivalent to 1920hrs? Answer 26: The CLINS are for monthly performance of the required work. It does not represent a set number of full-time employees. Question 27: Please acknowledge that VA FSC is seeking the services of a SDVOSB that is registered CPA Firm and that the CPA Firm has received a Pass Rating on its latest Peer Review? Answer 27: The VA is not seeking a register CPA Firm for completion of this work. They are looking for personnel who meet the requirements of the PWS. Question 28: Does VA FSC plan on awarding a multiple Indefinite Delivery, Indefinite Quantity (IDIQ) or single award IDIQ? Or does it plan to award a multiple blanket purchase agreement (BPA) or single award BPA? Answer 28: The government will be awarding a single award, firm fixed price / labor hours hybrid contract with a twelve month base and four twelve month options. Question 29: Does the PWS cover auditing VA internal offices or vendors on contract providing services to VA or both? Answer 29: The PWS covers both. Question 30: Will the audits be required to be performed under GAO Government Auditing Standards issued by the Comptroller General of the United States? If so, will attestation be required for these engagements? Answer 30: The audits will not be required to be performed under GAO government auditing standards. Question 31: How are these services currently being performed? Under contract? In-house? Answer 31: The services are currently being performed on an interagency agreement with Department of Interior. The staff is comprised of contractors and federal employees. Question 32: If these requirements are currently being performed under a contract, a.Who is the Contractor? b.What is the contract number? c.When does the contract expire? d.What is the current contract value? Answer 32: See answer to question 2. Question 33: What is the anticipated RFP release date? Question 33: The RFP is anticipated to be released before June 16, 2016. Question 34: Could you please provide the incumbent contract number? If not, is this a new requirement? Answer 34: See answer to question 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d26b38816efe61c4c2ea4a7ce181f2e1)
 
Document(s)
Attachment
 
File Name: VA119-16-R-0182 VA119-16-R-0182_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2773838&FileName=VA119-16-R-0182-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2773838&FileName=VA119-16-R-0182-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04135934-W 20160604/160602234534-d26b38816efe61c4c2ea4a7ce181f2e1 (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.