Search Contract Opportunities

Army Financial Improvement (AFI) Program Support Services   3

ID: W91CRB-21-R-0049 • Type: Solicitation

Description

Posted: Oct. 7, 2024, 12:00 p.m. EDT

07 October 2024 - ADMINISTRATIVE UPDATE #3:

Question: Would the government please confirm whether the ceiling amount in Section B for CLINS 0003 and 0004 require bidder's input? While the Q&A spoke to the SF1449 being populated upon award, it is still unclear as to how to address the ceiling line in Section B.

Answer: The ceiling amount in Section B of the SF1449 for CLINs 0003 and 0004 do not require bidder's input. No pricing information shall be in any volume other than Factor 4 Price. Offerors shall use the price models provided as attachments to the solicitation to submit their proposed prices. CLIN Not to Exceed Values on the SF1449 will be filled in at time of award.

02 October 2024 - ADMINISTRATIVE UPDATE #2:

Question: Would the government please confirm that Offerors may include verifications from Facility Security Offices (FSO) showing proof of interim/active Secret security clearances for key personnel within an appendix in Volume 2, which would not count towards the 50 page maximum?

Answer: Per section L, Key Personnel resumes shall be accompanied by verification from the Offeror's FSO showing proof of an interim/active Secret security clearance. This accompaniment may be included in Volume 2 and will not count toward the 50-page maximum. Resumes and this accompaniment are excluded from the page count.

02 October 2024 - ADMINISTRATIVE UPDATE #1:

Question: The RFP is clear that the price for transition-in will be excluded from the total evaluated price. And the responses to questions 11, 18, 39, 70 are clear that Attachment J.4 is for evaluation purposes to "support the contract ceiling." For the Total Price worksheet in Attachment J.4 please clarify if row 15 and row 17 must both be below the $250M ceiling or if only row 17 must be below $250?

Answer: Offerors shall provide their rates as requested in Attachment J.4. The Offerors total price (with or without transition) may exceed the contract ceiling of $250M. The total evaluated price will be used in the award determination. However, the ceiling price for the IDIQ will be set at $250M; therefore, Task Orders will not be issued exceeding $250M.

24 September 2024 - AMENDMENT 0001: The purpose of this amendment is to update the solicitation documents based on industry feedback, provide updated Price Models (Attachments J.4 and J.5), provide the Government organizational chart, and provide Government responses to all industry questions. The proposal due date is extended to 08 October 2024 at 10:00 AM ET. The following attachments have been updated/added: Attachment J.4 - Base IDIQ Price Model - Updated 9.24.2024; Attachment J.5 - Task Order 1 Price Model - Updated 9.24.2024; Government_FOI_OrgChart_AFI; Solicitation Questions and Answers_Amendment 0001; W91CRB-21-R-0049_AFI_Solicitation_Amendment 0001.

The U.S. Army Contracting Command Aberdeen Proving Ground (ACC-APG) on behalf of the Assistant Secretary of the Army (Financial Management and Comptroller) (ASA(FM&C)) is issuing this Request for Proposal (RFP) for Army Financial Improvement (AFI) Program support services. This is a non-personal services requirement to provide the Army with professional Federal accounting and auditing solutions and change management support to assist the Army to an unmodified audit opinion of its financial statements.

This requirement is being solicited using full and open competition. The resultant award will be a single award, indefinite delivery/indefinite quantity (IDIQ) contract with a maximum ceiling amount of $249,999,999.99 over a three (3) year ordering period. The anticipated period of performance is February 2025 February 2028, which includes a 90-day transition-in period. Task orders will be issued on a Firm Fixed Price (FFP) and/or Time and Materials (T&M) basis.

Offeror's proposals MUST include ALL required items in order to be considered. Amendments, if any, will be posted at the same location as the solicitation. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents.

All questions regarding the RFP must be submitted in writing via email to the Contract Specialist, Samantha Hannah at samantha.l.hannah2.civ@army.mil, no later than 10:00AM ET on 05 September 2024. All offers are due no later than 10:00AM ET on 01 October 2024.

See attached documents to this RFP for complete details/specifications. Answers to questions submitted in response the draft pre-solicitation notice titled Army Financial Improvement (AFI) Program Draft PWS and Sections L&M (Notice ID W91CRB-24-F-DRAFT-SOLICITATION-AFI) are also provided as an attachment to this RFP.

Posted: Oct. 2, 2024, 12:24 p.m. EDT
Posted: Oct. 2, 2024, 8:23 a.m. EDT
Posted: Sept. 24, 2024, 2:49 p.m. EDT
Posted: Aug. 27, 2024, 5:12 p.m. EDT
Background
The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is issuing this Request for Proposal (RFP) on behalf of the Assistant Secretary of the Army (Financial Management and Comptroller) (ASA(FM&C)).

The goal of this contract is to provide professional Federal accounting and auditing solutions and change management support to assist the Army in achieving an unmodified audit opinion of its financial statements. This requirement is part of a broader initiative to enhance the Army's financial management capabilities.

Work Details
The contractor shall provide non-personal services to support the Army Financial Improvement (AFI) Program, which includes:

1. Improving the completeness, accuracy, reliability, and timeliness of Army financial data;
2. Identifying business process risks and establishing effective internal controls;
3. Enhancing the production of annual and quarterly financial statements;
4. Modernizing capabilities through innovative technologies;
5. Aligning strategy with governance and knowledge management efforts.

Specific tasks include audit facilitation, remediation strategy support, risk management, compliance with Federal Financial Management Improvement Act (FFMIA), and capability modernization. The contractor will also be responsible for providing key personnel labor, non-key personnel labor, travel costs, and other direct costs as needed.

Period of Performance
The contract will have a three-year ordering period from February 2025 to February 2028, including a 90-day transition-in period.

Place of Performance
The work will primarily take place at various locations as required by the Army, including potential travel within CONUS and OCONUS.

Overview

Response Deadline
Oct. 8, 2024, 10:00 a.m. EDT (original: Oct. 1, 2024, 10:00 a.m. EDT) Past Due
Posted
Aug. 27, 2024, 5:12 p.m. EDT (updated: Oct. 7, 2024, 12:00 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Time And Materials; Fixed Price;
Est. Level of Competition
Average
Est. Value Range
$250,000,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
79% of similar contracts within the Department of the Army had a set-aside.
On 8/27/24 ACC Aberdeen Proving Ground issued Solicitation W91CRB-21-R-0049 for Army Financial Improvement (AFI) Program Support Services due 10/8/24. The opportunity was issued full & open with NAICS 541219 and PSC R704.
Primary Contact
Name
Samantha L. Hannah   Profile
Phone
None

Secondary Contact

Name
Alex Bryant   Profile
Phone
None

Documents

Posted documents for Solicitation W91CRB-21-R-0049

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W91CRB-21-R-0049

Protests

GAO protests filed for Solicitation W91CRB-21-R-0049

Incumbent or Similar Awards

Contracts Similar to Solicitation W91CRB-21-R-0049

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W91CRB-21-R-0049

Similar Active Opportunities

Open contract opportunities similar to Solicitation W91CRB-21-R-0049

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91CRB
Source Organization Code
500043793
Last Updated
Oct. 24, 2024
Last Updated By
samantha.l.hannah2.civ@mail.mil
Archive Date
Oct. 23, 2024