Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOURCES SOUGHT

R -- Financial Management Support Services

Notice Date
5/19/2020 9:33:17 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
 
ZIP Code
20410
 
Solicitation Number
SS-H-2020-084
 
Response Due
6/1/2020 9:00:00 AM
 
Archive Date
06/16/2020
 
Point of Contact
Franklin Gunn, Phone: 2024025657, Fax: 2024022032, Brenda K. Lee, Phone: 2024023504, Fax: 2024012032
 
E-Mail Address
franklin.f.gunn@hud.gov, brenda.k.lee@hud.gov
(franklin.f.gunn@hud.gov, brenda.k.lee@hud.gov)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; Veteran and Service-disabled Veteran-owned Small Businesses, Women-owned Small Businesses and Economically Disadvantaged Women-owned Small Business (EDWOSB) to provide Financial Management Support services to create FABs Standard Operating Procedures (SOP). �The objective is to develop SOPs for both the routine and ad hoc tasks within FAB to ensure all processes are documented and they provide consistence, repeatable, and efficient performance across the program area. �SOPs are focused annually by FAB office into four main categories: Office of Budget and Field Resources, Office of Systems and Technology, Office of Financial Services, and the Office of Financial Analysis and Reporting. �The development and use of these SOPs are an integral part of a successful quality control process. �The SOPs provide employees with the information needed to perform a job properly while creating consistency in the quality and integrity of the process. �SOPs describe the operational elements of each procedure in a process detailing the steps necessary to perform regularly recurring work processes. They shall describe the programmatic actions and any necessary specifications used in a process. �Tasks include, but are not limited to, reconciliation of payment transactions, processing and adjusting budget allocations, paying insurance benefits and processing insurance terminations. �Individual SOPs will be incorporated into handbooks at the applicable Division, Branch, and/or Section that will facilitate quality control and quality assurance processes and ensures compliance with governmental regulations.� To complete each SOP, the contractor shall, at a minimum, review the current process documentation, perform employee interviews with staff who execute and oversee processes, asses current processes (weakness, completeness, accuracy) develop and test the process ,draft SOPs, final SOPs, create handbooks, and train staff on the completed SOPs.� The SOPs will vary by office mission and task. �At a minimum each Office, Division, Branch, and Section will have one SOP. Special Qualifications Key personnel Project Manager and SOP Team Lead qualifications at a minimum qualifications as stated below: Key contractor personnel must have relevant skills and experience as follows: Project Manager ���Bachelor's degree or higher in Accounting, business administration or related field. ���Certified Public Accountant (CPA) ��� Minimum of 10 years of professional accounting experience in FedGAAP, U.S.�Standard �������General Ledger, Credit Reform Act of 1990, U.S. Treasury reporting requirements, OMB Circulars A-123, A-136, and A- 1 1 or equivalent. Experience with the Federal financial systems in the Department of Housing and Urban Development (HUD) or related agency/business desired. SOP Team Lead: Bachelor's degree in Accounting, business administration or a related field.� Minimum of 5 years of professional accounting experience including preparing Federal�financial statements or equivalent Knowledge of budget execution, expenditure, abnormal balances relationship between budgetary and proprietary accounting analysis, development and maintaining posting models and supporting daily accounting of source systems. However, be advised that generic capability statements are not sufficient for effective review of respondents. Response must directly demonstrate the company�s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (�Limitations of Subcontracting�).� Failure to definitively address the requirement will result in a finding that respondent lacks the capability of performing the work. Responses to this notice shall be limited to ten pages, and must include: Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. Business size for NAICS XXXX (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.).� Companies also must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be considered as potential sources. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm�s status. � Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. � To the maximum extent possible, please submit non-proprietary information.� Any proprietary information submitted should be identified as such and will be properly protected from disclosure. � This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. � Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses.� However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD, OCPO may contact one or more respondents for clarifications and to enhance the Government�s understanding.� This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Franklin F. Gunn at Franklin.F.Gunn@hud.gov no later than June 1, 2020 1200 PM Eastern Standard Time for consideration.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa9375fdb1314f4f8b02399e429a15d6/view)
 
Place of Performance
Address: Washington, DC 20410, USA
Zip Code: 20410
Country: USA
 
Record
SN05663256-F 20200521/200519230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.