Financial Management - Financial Improvement Audit Remediation (FIAR)
ID: FA701426_FMF_FIARType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Accounting Services (541219)

PSC

SUPPORT- MANAGEMENT: AUDITING (R704)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for multiple award Blanket Purchase Agreements (BPAs) under the Financial Management - Financial Improvement Audit Remediation (FIAR) program. The objective of this procurement is to achieve and sustain an unmodified (clean) audit opinion for the Department of the Air Force by FY2027-2028, which includes comprehensive audit remediation services and support for financial reporting, asset reporting, and data analytics. This initiative is critical for enhancing the financial management capabilities of the Air Force and ensuring compliance with federal financial standards. Interested offerors must demonstrate a TOP SECRET Facility Clearance and submit proposals by December 19, 2025, with further details available from primary contact Christian Mancha at christian.mancha@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines performance objectives and thresholds for contractors, focusing on personnel management, deliverable submission, and schedule adherence. Key areas include ensuring qualified personnel are on the job at the contract's start (with thresholds ranging from 100% for excellent to less than 80% for unacceptable), maintaining a stable key personnel workforce with low turnover rates (5% for excellent, exceeding 30% for unacceptable), and effectively filling vacancies within specified timeframes (5 days for excellent, over 30 days with mission impact for unacceptable). Additionally, the document details performance expectations for deliverables (98% on-time and rework-free for excellent, less than 85% on-time or over 15% rework for unacceptable) and adherence to the Audit Acceleration Plan (AAP) schedule (within 5% of planned tasks with less than 10 date extensions for excellent, greater than 20% behind with more than 20 extensions for unacceptable). This document serves as a guide for evaluating contractor performance in federal, state, and local government projects.
    The provided document details a comprehensive list of deliverables for a government contract, likely an RFP or grant, categorized by sections of the Performance Work Statement (PWS). These deliverables cover a wide range of activities, including internal control assessments (A-123), financial reporting (AFR), service provider oversight, audit support, and various financial reconciliations. Key areas include updating A-123 publications, submitting quarterly statements of assurance, managing self-identified deficiencies, conducting annual RMIC training, and developing templates for financial reporting and control evaluation. The document also specifies deliverables related to Service Provider assessments, audit support, corrective action plans, and enhancements to financial systems and tools like SharePoint and Advana. Additionally, it outlines requirements for project management, quality control, and subcontractor reporting, with specific due dates and delivery methods for each item. The overall purpose is to ensure robust financial management, compliance, and accountability within government operations.
    The provided document is a comprehensive list of financial findings and deficiencies within the Department of the Air Force (DAF), categorized under General Fund (GF) and Air Force Working Capital Fund (WCF) issues. These findings, identified by EY through various audits and site visits from 2018 to 2023, highlight systemic problems across several DAF entities including SAF/FM, AFCEC, A4, AFLCMC, DFAS, AFMC/FM, AFMRA, SAF/AQ, SAF/CN, and SSC. The deficiencies primarily revolve around a lack of effective monitoring, insufficient internal controls, improper accounting practices, inadequate documentation, and reconciliation issues related to transactions, assets (including spare engines, property, and munitions), inventory management, and financial reporting. Many entries also indicate a lack of timely action to resolve identified problems, insufficient policies and procedures, and limitations within financial systems like DEAMS and GAFS-R. All identified issues are currently
    This government file outlines a hierarchical structure of financial and asset management categories, including Real Property, Accounts Payable - Obligations, USSF (Beginning Balances, Reimbursables, Military Equipment, Internal Use Software, E&DL, Leases, Reporting Entity, Public Private Partnerships), WCF Inventory, WCF Revenue & Expense, and Operating Materials & Supplies. Each category is broken down into numerous sub-categories, indicating a detailed classification system for various aspects of government financial and asset management. The extensive categorization suggests a comprehensive framework for tracking, reporting, and managing diverse financial transactions, assets, and liabilities within a federal, state, or local government context.
    The provided document, titled "Audit Roadmaps," outlines the audit plans for the General Fund and Working Capital Fund from FY21 to FY28. The General Fund audit focuses on areas like Accounts Payable, Real Property, Financial Information Systems, and Entity-Level Controls, with specific attention to Material Weakness closures and anticipated closures. The Working Capital Fund audit covers Inventory, Earned Revenue, and GPP&E. The roadmap includes an audit opinion for both funds, highlighting the importance of internal controls (A-123) and addressing contingent legal liabilities. The legend clarifies the status of material weaknesses and significant deficiencies. This document serves as a strategic plan for financial oversight and accountability within the Department of the Air Force (DAF), emphasizing the role of audits in strengthening the organization.
    This government file outlines various audit universe (AU) categories for the SAF/FM (USAF/USSF) General Funds (GF), AFMC Working Capital Fund (WCF), and DSCA Security Assistance Accounts. For SAF/FM (USAF/USSF) GF, categories include Accounts Payable/Receivable, Military Pay, Civilian Pay, Real Property, and Environmental Liabilities. The AFMC WCF covers areas like Contract Authority, Expenses, Inventory, and Revenue. DSCA Security Assistance Accounts involve Funds Receipt and Distribution, Vendor Pay, and Military Standard Requisitioning and Issue Procedures. The document also provides a roadmap for Modernization and Sustainment (MW/SD) for these AUs, indicating target fiscal years for completion across USAF GF, USSF GF, and WCF entities. This detailed breakdown categorizes financial and operational responsibilities across different branches of the Department of Defense.
    This document outlines various General Fund (GF) and Working Capital Fund (WCF) Audit Universe (AU) areas for the US Air Force (USAF) and US Space Force (USSF), along with DSCA Security Assistance Accounts. Key GF AUs include Accounts Payable/Receivable, Military and Civilian Pay, Real Property, and Environmental Liabilities. WCF AUs focus on Contract-Authority, Expenses, Inventory, and Revenue for AFMC. DSCA Security Assistance Accounts cover Funds Receipt and Distribution, Vendor Pay, and Military Standard Requisitioning and Issue Procedures. The document also includes Secure MW/SD Roadmap dates and percentages for various GF and WCF categories, indicating planned modernization and sustainment efforts across these financial and operational areas with different timelines and scopes for USAF, USSF, and WCF entities.
    The Department of the Air Force (DAF) is conducting a competitive acquisition for Financial Management (FM) Financial Improvement and Audit Readiness (FIAR) services, aiming to award up to five Blanket Purchase Agreements (BPAs) on the GSA Multiple Award Schedule. The selection process prioritizes technical factors over price. Key evaluation steps include validating a TOP SECRET Facility Clearance and achieving a minimum score of 75 for Technical Experience. Eligible offerors then proceed to an oral presentation on their Technical Approach and an evaluation of their Small Business Participation Plan. Price is assessed for compliance based on proposed discounts to GSA MAS labor categories and rates. The government reserves the right to award without discussions and may award more or fewer than five BPAs.
    The Department of the Air Force (DAF) is conducting a competitive acquisition for Financial Management (FM) Financial Improvement and Audit Remediation (FIAR) services, intending to award up to five Blanket Purchase Agreements (BPAs) on the GSA Multiple Award Schedule. The selection process prioritizes technical factors over price. Key evaluation steps include validating a Top Secret Facility Clearance, achieving a minimum score on the Technical Experience Matrix, and submitting a compliant Small Business Participation Plan. Offerors must also present an acceptable Technical Approach via oral presentation, demonstrating their methodology, knowledge transfer, and integration of pricing with the audit approach. Price proposals will be evaluated for discounts to GSA MAS rates and overall fairness. Non-compliant proposals in any initial step will be eliminated, emphasizing the strict adherence to solicitation requirements.
    The Department of the Air Force (DAF) is seeking proposals for multiple award Blanket Purchase Agreements (BPAs) under the Financial Management (FM) Financial Improvement and Audit Remediation (FIAR) program. This competitive acquisition, governed by FAR Part 8.4 and Part 12, DFARS, and DAFFARS, aims to award up to five BPAs to offerors with top technical experience, a TOP SECRET Facility Clearance, compliant Small Business Participation Plans, a strong technical approach with minimal weaknesses, and fair pricing. The evaluation process involves two steps: Step 1 validates facility clearance and technical experience, with a minimum score of 75 required for technical experience to proceed. Step 2 evaluates the Small Business Participation Plan, Technical Approach (via oral presentation), and Price. Technical factors are more important than price. The DAF reserves the right to award without discussions.
    This document outlines the instructions for offerors responding to a competitive Blanket Purchase Agreement (BPA) on GSA MAS, intended for up to five awards, with a five-year ordering period. Proposals will involve oral presentations and written submissions, requiring compliance with FAR 52.212-1. Key steps include Step 1a for TOP SECRET Facility Clearance validation, due December 19, 2025, and Step 1b for a Technical Experience Matrix, also due December 19, 2025. Offerors must achieve a minimum score of 75 in Step 1b to proceed to Step 2. Step 2 involves Technical Approach Oral Presentations at Joint Base Andrews and a Small Business Participation Plan, due one business day prior to the presentation. Factor 2, Price, including GSA MAS labor categories and rates, is due December 19, 2025. All submissions are via email to the specified contracting points of contact.
    This document outlines the instructions for offerors responding to a competitive Blanket Purchase Agreement (BPA) on GSA MAS, which will result in up to five (5) Firm Fixed Price (FFP) BPAs with Time & Material (T&M) for Travel. The BPA will have a five-year ordering period. Proposals will be evaluated through a multi-step process involving both oral presentations and written submissions. Key requirements include demonstrating a TOP SECRET Facility Clearance (FCL), submitting a Technical Experience Matrix with at least three examples of managing contracts with 50+ FTEs and three FIAR-related audit support examples, and achieving a minimum score of 75 points to proceed to Step 2. Step 2 involves a Small Business Participation Plan detailing commitments to small and non-traditional businesses, and an oral technical approach presentation. Offerors must also submit proposed GSA MAS labor categories and rates. All submissions are electronic, with strict formatting, page limits, and communication protocols. The government intends to award based on initial offers but reserves the right to hold discussions.
    The Under Secretary of the Air Force, Financial Management (SAF/FM) has issued a Blanket Purchase Agreement (BPA) for Financial Improvement and Audit Remediation (FIAR) services. This BPA, effective November 5, 2024, aims to achieve and sustain an unmodified (clean) audit opinion for the Department of the Air Force (DAF), including the USAF, USSF, AFMC, and DSCA, by FY2027-2028. The scope covers audit and audit system remediation, financial reporting, asset reporting, data analytics, and change management. The document outlines responsibilities for various stakeholders, including Contracting Officers, Program Managers, and Contractors, and details call order procedures, evaluation criteria, and deliverables. It also addresses contractor performance expectations, emphasizing key personnel stability, small business participation, and quality control. The BPA is critical for supporting the DAF's financial audit strategy and roadmap goals.
    The Department of the Air Force's (DAF) Financial Improvement and Audit Remediation (FIAR) Blanket Purchase Agreement (BPA) outlines the scope and procedures for obtaining audit and audit system remediation services. The primary goal is to achieve and sustain an unmodified (clean) audit opinion for the USAF, USSF, AFMC, and DSCA by FY2027-2028, as mandated by the FY24 NDAA. The BPA covers tasks such as risk management, internal controls, audit liaison, financial reporting, asset reporting, universe of transactions, data analytics, process automation, change management, and support for SAF/FM and DSCA IT systems. It details responsibilities for contracting officers, program managers, and contractors, along with ordering procedures, evaluation criteria (technical and price), and deliverables for call orders. The document emphasizes competition, performance thresholds, and reporting requirements for contractors.
    The provided document outlines a registration or attendance form for an event, likely a conference or informational session related to government RFPs, federal grants, or state/local RFPs. It captures essential attendee information such as Company Name, CAGE/DUNS, Location, Points of Contact/Attendees, Email Address, and Phone Number. The form also includes two key attendance indicators: whether the individual will attend the General Session and if they will attend a 30-minute breakout session. This structure suggests the document's purpose is to gather participant details and their session preferences for event planning and coordination.
    The document outlines a Performance Work Statement (PWS) for financial management services, focusing on Financial Improvement and Audit Remediation (FIAR) for the Department of the Air Force (DAF), Air Force Materiel Command (AFMC), and Defense Security Cooperation Agency (DSCA). The primary goal is to achieve an unmodified (clean) audit opinion by FY2028, with accelerated targets for specific entities by FY2026 and FY2027. Key tasks include risk management and internal control (RMIC) programs, support for assessable units, audit liaison, financial reporting and analysis, and asset reporting. The contractor will be responsible for developing corrective action plans, maintaining audit infrastructure tools, compiling annual financial reports, conducting quarterly variance analyses, and ensuring compliance with federal financial accounting standards. Emphasis is placed on leveraging automation and providing training to personnel to enhance financial reporting accuracy and audit readiness.
    This document, a Request for Information/Sources Sought, outlines key questions from both government and contractors regarding financial management and audit remediation. The government seeks information on past achievements in audit remediation, experience managing large contracts (100+ FTE), and desired objectives for a virtual Financial Management FIAR Industry Day. Contractors are asked to describe their experience at various governmental levels (Federal, DoD, Service, MAJCOM, Commercial) as a Prime or Subcontractor in audit remediation, detailing their role and tasks. This document aims to gather information to inform future solicitations related to financial management and audit compliance within government contracts.
    The Department of the Air Force (DAF) Financial Management (FM) Financial Improvement and Audit Readiness (FIAR) Industry Day outlined the DAF's strategy to achieve clean audit opinions for the General Fund (GF) and Working Capital Fund (WCF) by FY2027, and for the Defense Security Cooperation Agency (DSCA) by FY2028. Key challenges include siloed systems, poor data quality, and issues with beginning balances and contractor-held inventory. The acquisition strategy involves a competitive, full and open competition via a GSA Multiple Award BPA, with a Firm Fixed Price contract type. Evaluation will occur in two steps: a written technical expertise gate, followed by oral presentations on technical methodology, small business participation, and price. The draft RFP is scheduled for release on November 28, 2025, with proposals due December 19, 2025.
    The Department of the Air Force (DAF) Financial Management (FM) Financial Improvement & Audit Readiness (FIAR) Industry Day outlined the DAF's accelerated goal to achieve clean audit opinions by FY2027 for both General Funds (GF) and Working Capital Funds (WCF), and by FY2028 for the Defense Security Cooperation Agency (DSCA). This initiative is a top priority, driven by leadership commitment, despite challenges like siloed systems and data quality issues. The DAF presented a draft acquisition strategy for comprehensive audit remediation and sustainment support, utilizing a GSA MAS Multiple Award BPA with a competitive, full and open approach and Firm Fixed Price contracts. The evaluation process involves a two-step approach: a written technical expertise gate with a minimum score and a SECRET facility clearance requirement, followed by oral presentations on technical methodology and small business participation plans, and a written price proposal. Key evaluation criteria include depth of FIAR experience, agency size and complexity, and specific audit areas. A live draft RFP review is scheduled for November 19, with the RFP release on November 28, 2025.
    The Department of the Air Force (DAF) aims to achieve an unmodified (clean) audit opinion by December 2028, as mandated by the FY24 NDAA. This initiative involves comprehensive audit and audit system remediation services for SAF/FM (USAF/USSF General Fund), AFMC (Working Capital Fund), and DSCA (Title 22 Security Assistance). The PWS outlines requirements for beginning-to-end support, including remediation, sustainment, and financial statement reporting. While the acquisition strategy is not finalized, the DAF anticipates a Firm Fixed Price contract. Key personnel are defined as Lead or Partner/Director/Executive roles, with specific clearance requirements for secure personnel. Onsite presence is required at certain locations, while others allow for hybrid or remote work. The DAF acknowledges that the contractor will not be held accountable for issues outside their control, such as third-party (DFAS) failures. Entity-Level Controls are within scope, and all assessable units are prioritized for remediation. The government will provide access to DSCA systems and Advana, and templates for certain deliverables. Task orders will focus on new discovery and remediation, with sustainment efforts. The DAF emphasizes that all deliverables will be used as formal CPARS performance metrics.
    Lifecycle
    Title
    Type
    Similar Opportunities
    OUSD(C) FIAR AND DEFENSE AGENCY AUDIT READINESSAND AUDIT/EXAM REMEDIATION SUPPORT
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking continued audit readiness and examination remediation support services for the Office of the Under Secretary of Defense (Comptroller) (OUSD(C)). The objective of this procurement is to assist OUSD(C) Financial Improvement and Audit Readiness (FIAR) management in evaluating the reliability of financial management systems, the effectiveness of internal controls, and compliance with applicable laws and regulations. These services are critical for ensuring the integrity of financial statement schedules and service provider controls within Defense Agencies and Other Defense Organizations. Interested parties can reach out to Christine Scott at christine.a.scott6.civ@mail.mil or Andrea Hall at andrea.m.hall28.civ@mail.mil for further information regarding this opportunity.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    FOUNDATIONS OF TRUSTED SYSTEMS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting innovative research proposals under the Broad Agency Announcement (BAA) FA8750-25-S-7001, titled "Foundations of Trusted Systems." The objective is to establish trusted foundations for hardware and software that support secure, resilient, and affordable Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies information processing systems. This initiative is critical for enhancing national defense capabilities and ensuring the integrity of military operations. The total estimated funding for this BAA is approximately $99.9 million, with individual awards typically ranging from $100,000 to $5 million over a period of up to 36 months. Interested parties must submit white papers by December 4, 2028, with suggested submission dates for each fiscal year, and are encouraged to contact Esteban Garcia for technical inquiries at esteban.garcia.1@us.af.mil or Amber Buckley for contractual questions at amber.buckley@us.af.mil.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Targeting Operations and Analytics Development
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is announcing a Broad Agency Announcement (BAA) titled "Targeting Operations and Analytics Development" (BAA: FA8750-25-S-7002), which is open for submissions until September 30, 2029. This initiative seeks innovative research aimed at enhancing the joint targeting cycle, with objectives to shorten kill chains, improve operational awareness, and facilitate effective battle damage assessments. The total funding available for this BAA is approximately $499 million, with individual awards typically ranging from $1 million to $25 million, and potential exceptions up to $99.9 million. Interested parties are encouraged to submit white papers by the suggested deadlines aligned with fiscal years 2025 to 2029, and should direct any inquiries to Ariana Emad at ariana.emad@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Salesforce follow on FOE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.