Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

R -- Concurrent Financial Audits on the local costs under USAID Contract No.306-I-00-06-00517 with the Joint Venture Louis Berger Group, Inc./Black & Veatch Special Projects Corp. (LBGI/B&V)

Solicitation Number: 306-08-019
Agency: Agency for International Development
Office: Overseas Missions
Location: Thailand USAID-Bangkok
  • Print
:
306-08-019
:
Combined Synopsis/Solicitation
:
Added: March 18, 2008
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 306-08-019 is issued as a Request for Proposal (RFP). The full solicitation document exceeds allowable character count for the Federal Business Opportunity Website. The information below is a summary of the solicitation. In order to provide a proposal, please request the full solicitation from the Point of Contact below. The offerors already pre-registered with USAID Regional Inspector General/Manila can receive the full solicitation. The offerors must be prequalified by USAID Regional Inspector General to be eligible for award under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15.

OBJECTIVE



The objective of the work is for an audit firm to conduct concurrent financial audits on the local costs (costs incurred and paid in Afghanistan) of LBGI/B&V Contract No. 306-I-00-06-00517 for the period from August 25, 2006, to August 24, 2011. The LBGI/B&V Contract implements USAID Afghanistan's Infrastructure Rehabilitation Program (AIRP). Concurrent audits shall be conducted on an annual basis with issuance of a separate audit report for each concurrent audit. The initial audit report will be for the period from August 25, 2006 through September 30, 2007. Subsequent reports will be done on annul basis.



The Schedule of Local Costs Billed to USAID is the basic financial statement to be audited that presents LBGI/B&V's local costs billed to USAID, and the commodities and technical assistance directly procured by USAID for contractor's use, for the period audited.



The Auditor shall perform audits in accordance with the Statement of Work and U.S. Government Auditing Standards, and shall accordingly include such tests of the accounting records as deemed necessary under the circumstances. The specific objectives of the audit are to:



1. Identify as unsupported or ineligible, any questioned costs in the Schedule of Local Costs Billed to USAID for the period audited in conformity with the terms of the contract/task order and generally accepted accounting principles or other comprehensive basis of accounting (including the cash receipts and disbursements basis and modifications of the cash basis).



2. Evaluate and obtain a sufficient understanding of LBGI/B&V's internal controls related to the AIRP, assess control risk, and identify reportable conditions, including material internal control weaknesses.



3. Perform tests to determine whether LBGI/B&V complied, in all material respects, with contract/task order terms and applicable laws and regulations related with USAID-funded programs and projects. All material instances of noncompliance and all indications of illegal acts must be identified.



4. Determine if LBGI/B&V has taken adequate corrective action on prior audit report recommendations.



5. Determine if LBGI/B&V has delivered, accounted for, and made proper disposition of commodities and supplies purchased under the Contract or task order, or furnished by USAID under the Contract or task order.



6. Determine if LBGI/B&V has delivered technical assistance according to the Contract or task order.



LBGI/B&V is responsible for the design and implementation of programs and controls to prevent and detect fraud. However, the Auditor must design audit steps and procedures in accordance with Generally Accepted Auditing Standards and U.S. Government Auditing Standards to provide reasonable assurance of detecting situations or transactions in which irregularities or illegal acts have occurred or are likely to have occurred. If such evidence exists, the Auditor must contact the USAID Regional Inspector General (RIG) in Manila and must exercise due professional care in pursuing indications of possible irregularities and illegal acts so as not to interfere with potential future investigations, legal proceedings, or both.



INFORMATION REGARDING SUBMISSION OF PROPOSALS:



1. The offerors should submit proposals either



a) Electronically- E-mail to the Afghanistan OAA, East/Bangkok mailbox at: afghanoaabangkok@usaid.gov - internet email with attachments



or



b) hand delivery (including commercial courier)



If sent hand-carried or via courier, address:



Afghanistan/Office of Acquisition & Assistance, East

USAID Regional Development Mission Asia

GPF Witthayu Tower A, 9th Floor

93/1 Wireless Road Bangkok, 10330 Thailand



Attention: Fedon John Capas

Sr. Acquisition & Assistance Specialist

Telephone: (66-2) 263-7436

Fax: (66-2) 263-7496



3. Closing Date and Time



All proposals in response to the RFP shall be due at the above address, not later than COB 5:00 P.M. (Bangkok Time), April 15, 2008.



EVALUATION AND AWARD



The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. The Past Performance, Management Approach, Technical Approach and Cost/Price shall be used to evaluate offers. For overall evaluation purposes, technical factors when combined are significantly more important than the Cost/Price.



APPLICABLE CLAUSES



Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer.



The following clauses apply to this acquisition:



52.212-1, Instructions to Offerors - Commercial Items,

52.212-4, Contract Terms and Conditions - Commercial Items,

52.233-4 Applicable Law for Breach of Contract Claim

52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (to include: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I), 52.225-13-Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration). Additional clauses applicable to this acquisition are cited in the solicitation document.

:
Agency for International Development, Overseas Missions, Thailand USAID-Bangkok, American Embassy/Bangkok USAID Box 47, APO, AP, 96546, UNITED STATES
:
Armen Tamazyan, Sr. Acquisition & Assistance Specialist, Phone 66-2-263-7428, Fax 66-2-263-7496, Email atamazyan@usaid.gov - Michael Nicholas, Sr. Acquisition & Assistance Specialist , Phone 66-2-263-7480, Fax 66-2-263-7496, Email mnicholas@usaid.gov