Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2022 SAM #7639
SOURCES SOUGHT

R -- OMB A-123 Support Services

Notice Date
10/28/2022 6:17:47 AM
 
Notice Type
Sources Sought
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
 
ZIP Code
20410
 
Solicitation Number
23-10272022
 
Response Due
11/14/2022 11:00:00 AM
 
Archive Date
11/14/2022
 
Point of Contact
Tracy Davenport, Phone: 202-402-5083
 
E-Mail Address
Tracy.R.Davenport@hud.gov
(Tracy.R.Davenport@hud.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified 8(a) businesses. The Department of Housing and Urban Development (HUD), Federal Housing Administration (FHA) requires internal control services that will expand FHA's capacity to effectively control financial resources, meet legal and regulatory obligations and minimize the risk of fraud, waste and abuse.� Services shall include assessing, documenting, testing and reporting financial controls compliance with applicable laws and regulations.� In addition, support is needed to provide the FHA annual assurance statement.� The Department of Housing and Urban Development (HUD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for OMB A-123 Support Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement 541211, Offices of Certified Public Accountants. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Background: The Federal Housing Administrations (FHA) Comptroller office is responsible for establishing and maintaining effective internal control over financial reporting, safeguarding assets and ensuring compliance with applicable laws and regulations for all accounting, external and internal financial reporting. ��All areas of responsibility require year-round assistance to complete all required projects within the mandated Treasury, OMB, Office of the Inspector General (OIG) and Government Accountability Office (GAO) timelines. �FHA performs these projects and functions through its Federal Housing Administration Subsidiary Ledger (FHASL) built on the PeopleSoft framework. �FHASL is FHA's integrated software package that provides a wide variety of business applications to assist in the day-to-day execution and operation of its financial processes. �FHASL uses the US Standard General ledger chart of accounts and classifications consistent with Federal GAAP and Credit Reform requirements. �FHA's seventeen financial, mixed financial and program operating systems are integrated with FHASL through extensive electronic interfaces. �Operating interdependently, these financial systems must substantially comply with FFMIA and OMB Circular A-123 requirements. �Each individual application in FHASL interacts with others to offer an effective and efficient means of working and reporting results. �These processes must operate with a high degree of public and fiscal accountability. �FHA is responsible for enterprise risk management and internal controls of these systems and processes which consist of Federal reporting requirements. � FHA conducts its assessment of the effectiveness of its internal control over financial reporting in accordance with Office of Management and Budget (OMB) Circular A-123 ""Managements Responsibility for Enterprise Risk Management and Internal Control. �Effective internal controls provide assurance regarding the prevention of or prompt detection of unauthorized acquisition, use or disposition of assets. �FHA must comply with the OMB Circular No A-123, released on July 15, 2016, which defines its responsibility for risk management and internal control. �OMB Circular No. A-123, and the statue it implements, the Federal Managers Financial Integrity Act (FMFIA) of 1982, are at the center of FHAs requirement to improve accountability in its programs and operations. Based on the results of its assessment, FHA provides an annual quality assurance statement to Congress that internal controls over financial reporting are operating effectively.�� General Description of Work: The Contractor shall provide support and services that strengthen FHA's internal controls over financial reporting by providing oversight, analysis, reporting, recommendations and risk management services. �The internal control support and services includes providing: �Program Management �Assess FHA's Financial Reporting Control Environment �Document the Nature and Content of FHA's Primary Controls Over Financial Reporting �Testing Controls �Review NIST Required Documents �Report on Assessment of Internal Control Over Financial Reporting and Recommend Assurance Statement �Corrective Action Plan �Risk and Controls Enterprise-Wide Risk Management Detailed descriptions of specific tasks are provided in Section 5, ""Specific Tasks and Deliverables of the draft Government�s Performance Work Statement (PWS) � See Attachment 1. Contemplated place of performance: The place of performance shall be at the Contractors facility. �� Contemplated period of performance: The Period of Performance shall be for one base period of 12-months and four 12-month option periods. RESPONSE INFORMATION THIS IS AN RFI ONLY to identify sources that can provide OMB A-123 Support Services. Interested vendors are those vendors who have interest in providing a response to RFI and who can provide a vendor capability statement demonstrating a commercial solution and technical experience for this requirement, including relevant scope in terms of its size, complexity and magnitude to the tasks/activities to be performed under this requirement, particularly, as it pertains to the support services and technical solutions required for the HUD, Federal Housing Administration�s (FHA) OMB A-123 Support Services. All capable and available firms are encouraged to participate.�� Please be advised that generic capability statements are not sufficient for effective review of respondents� response. It 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 541211 (size standard $16.5 million 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 (see item #3, above). Responses to this announcement will not be returned, nor will there be 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 Tracy.R.Davenport@hud.gov no later than Monday, November 14, 2022, 2:00 PM Eastern Time for consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61c56ecd70de435c9415f155e5e29e57/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06505450-F 20221030/221028230100 (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.