Internal Audit Services
ID: RFP_26_003Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFPRINCETON LAB - DOE CONTRACTORPrinceton, NJ, 08540, USA

NAICS

Offices of Certified Public Accountants (541211)

PSC

SUPPORT- MANAGEMENT: AUDITING (R704)
Timeline
    Description

    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.

    Point(s) of Contact
    Files
    Title
    Posted
    The Princeton Plasma Physics Laboratory (PPPL) has issued an Acknowledgment of Receipt for RFP 26-003, seeking Internal Audit Services. This form is designed for firms to indicate their intent to submit a proposal or decline to do so. The document requests contact information, including the firm's name, point of contact, phone number, and email address, for the individual who will serve as the firm's liaison for the RFP. Completed forms are to be returned via email to Cheryl Colan at ccolan@pppl.gov. This process ensures PPPL can track responses and manage communications regarding the solicitation for internal audit services.
    The Princeton Plasma Physics Laboratory (PPPL), representing The Trustees of Princeton University, has issued Request for Proposal (RFP) 26-003 for "Internal Audit Services." Interested firms are strongly encouraged to thoroughly review the RFP documents. To submit a proposal, firms must complete and return the "Acknowledgement of Request for Proposal (RFP) 26-003" Form to the Procurement Specialist via email. Proposals must adhere to Section III, "Instructions for Proposal Preparation," with all sections and completed documents required for responsiveness. The deadline for proposal submission is January 21, 2026, at 4:30 PM EST. For any inquiries, firms can contact Cheryl Colan at ccolan@pppl.gov or (609) 243-3486.
    RFP 26-003 outlines a request for proposals for Internal Audit Services, detailing the necessary components for potential contractors. The document is structured into several sections: a Letter of Invitation, an Acknowledgement of Receipt, a Statement of Work with specific attachments (Attachment 1), and a Sample Subcontract (Attachment 2) which includes various schedules (A, C, E) outlining common clauses, provisions, travel guidelines, and task order samples. Additionally, it provides instructions for proposal preparation (Section III), evaluation criteria (Section IV), and required financial documentation (Section V), including offeror information, pricing forms, labor rates, representations and certifications, and organizational conflict of interest disclosures (Attachments 3, 3a, 4, 5). The RFP aims to solicit comprehensive proposals for internal audit services, ensuring all legal, financial, and operational requirements are met.
    This government file outlines an audit of the Princeton Plasma Physics Laboratory (PPPL) and includes a nondisclosure agreement (NDA) for third-party companies. The audit report, prepared by a subcontractor, details its scope, work performed, conclusions, recommendations, and management responses. The NDA, between Princeton University (as manager of PPPL) and a company, is designed to protect confidential information exchanged under Department of Energy contract DE-AC02-09-CH11466. It specifies the information's purpose, disclosure period, and recipient's duty to protect it for three years. The agreement also addresses intellectual property, governing law (federal and New Jersey), export control compliance, and whistleblower protections, ensuring adherence to federal regulations and safeguarding sensitive data related to government operations.
    Princeton University's Plasma Physics Laboratory (PPPL) seeks internal audit services to ensure compliance with Department of Energy (DOE) regulations, specifically DEAR clause 970.5232-3. The selected subcontractor will conduct annual risk assessments, develop audit plans, and execute audits in partnership with the University’s Office of Audit and Compliance (OAC). Key responsibilities include adhering to IIA Global Internal Audit Standards, evaluating cost allowability, identifying internal control weaknesses, and submitting annual audit plans and reports to the DOE. The subcontractor must have extensive experience in auditing federally funded research centers, qualified staff (CPAs, CIAs preferred), and maintain strict independence and confidentiality. All work and reporting will be overseen by OAC, with final reports shared with PPPL management and DOE officials.
    Princeton University's Plasma Physics Laboratory (PPPL) has issued an Indefinite Delivery Indefinite Quantity (IDIQ) subcontract for internal audit services. This IDIQ, part of a prime contract with the U.S. Department of Energy, outlines a two-year base period with three one-year options, potentially extending to five years. The total contract value will not exceed $3 million, with a minimum guarantee of $1,000 per task order. Task orders, which can be fixed-price or time-and-materials, will specify the scope, location, and period of performance, and will incorporate the IDIQ's terms. Subcontractor personnel must meet specified qualifications and adhere to PPPL policies, with all travel and payment procedures strictly defined. The document also details administrative contacts, notification requirements for changes, on-site personnel badging and training, insurance, proprietary information, and an order of precedence for all incorporated documents.
    The PPPL General Provisions Part E outlines the terms and conditions for cost-reimbursement subcontracts, covering invoicing, allowable costs, and payment procedures. It details how final indirect cost rates are established and adjusted, including submission requirements for adequate proposals and the process for agreement or dispute resolution. The document also addresses specific clauses such as fixed fees, limitations of cost and funds, stop-work orders, and changes to subcontracts. Additionally, it defines procedures for foreign travel, termination, excusable delays, and inspection of supplies and services. Insurance requirements, tax provisions for foreign contracts, and submission of transportation documents for audit are also included, ensuring compliance with Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses.
    The PPPL General Terms and Conditions for Non-Commercial Items and Services, Part A, outlines the contractual framework for agreements with Princeton University for the operation of the Princeton Plasma Physics Laboratory (PPPL). This document, issued under a prime contract with the U.S. Department of Energy, establishes definitions, order of precedence, and clauses covering various aspects such as acceptance, termination, payment, changes, and warranties. Key provisions include dispute resolution through negotiation and mediation, compliance with federal and state laws, intellectual property indemnity, and specific requirements for reporting executive compensation and handling suspect/counterfeit items. It also incorporates numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, addressing topics from whistleblower protection and employee eligibility verification to environmental safety and IT security. These terms ensure legal compliance, operational integrity, and efficient management of non-commercial contracts at PPPL.
    The document, "PPPL General Provisions for Non-Commercial Subcontracts Part C – Agreements in Excess of $500,000," outlines the mandatory clauses for subcontracts exceeding $500,000. Key provisions include Cost Accounting Standards (CAS), requiring subcontractors to disclose and consistently follow accounting practices, with adjustments for non-compliance. It details requirements for certified cost or pricing data from lower-tier subcontractors for agreements over $2,000,000. Specific CAS clauses apply to foreign concerns and educational institutions. The document also addresses the administration of CAS, including procedures for reporting changes in accounting practices and calculating cost impacts. Subcontractors are liable for increased costs due to non-compliance. Additionally, it mandates a displaced employee hiring preference, a subcontractor code of business ethics and conduct, and the display of fraud hotline posters for subcontracts over $6,000,000 with a performance period exceeding 120 days. The document incorporates various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, emphasizing compliance with government regulations.
    The PPPL General Provisions for Non-Commercial Subcontracts (Part D) outlines the terms and conditions for fixed-price supply or service subcontracts. Key clauses cover payment, extras, and changes, allowing Princeton to modify subcontracts with equitable adjustments for cost or time. The document details inspection procedures for supplies and services, granting Princeton and the Government rights to inspect and reject nonconforming items, with the subcontractor bearing correction costs. It also defines termination for convenience, distinguishing between short-form and detailed clauses based on subcontract value, and termination for default, specifying conditions and liabilities. A stop-work order clause allows Princeton to halt work temporarily, with provisions for adjustments or termination. These provisions ensure clear guidelines for managing fixed-price subcontracts, focusing on payment, quality control, and termination processes within federal acquisition regulations.
    The PPPL General Terms and Conditions, Part F, outlines the contractual framework for Time & Materials or Labor-Hour Subcontracts. It details payment procedures, including hourly rates for labor and reimbursement for materials, specifying invoicing requirements, payment schedules, and conditions for withholding funds. The document addresses contract changes, official travel regulations, and comprehensive termination clauses for both convenience and default, including procedures for settlement proposals and inventory. It also covers excusable delays, inspection protocols, and stop-work orders, defining the rights and obligations of both Princeton and the Subcontractor. Additionally, it incorporates relevant Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, ensuring compliance with federal guidelines.
    This document outlines the general provisions for subcontractors working on the PPPL Site, emphasizing compliance with safety, health, and environmental regulations. Key requirements include obtaining necessary permits, adhering to federal, state, and municipal laws, and fulfilling responsibilities for damages. Subcontractors must integrate Environment, Safety, and Health (ES&H) into work planning, comply with 10 CFR 851, and implement Princeton's Worker Safety and Health Program. Specific provisions cover workplace substance abuse programs for certain contracts, mandatory insurance coverages (Workers Compensation, General Liability, Automobile Liability), and a subcontractor employee's authority to stop work in dangerous conditions. Notification of off-normal events, spill prevention, response, and cleanup protocols are detailed. Additionally, the document addresses foreign government-sponsored talent recruitment and mandates adherence to COVID-19 safety protocols, including vaccination, health screenings, and face mask requirements, along with updated Job Hazard Analyses.
    The document outlines general guidelines for subcontractor travel at PPPL, a Federally Funded Research and Development Center operated by Princeton University under contract with the U.S. Department of Energy (DOE). It details policies for both short-term (≤30 days) and extended-term (>30 days) travel, emphasizing adherence to Federal Travel Regulations (FTR). Key aspects include approval processes, documentation requirements, reimbursement procedures, and specific rules for lodging, meals, transportation, and miscellaneous expenses. International travel requires additional forms and lead times for approval, with specific data collection protocols for traveler safety. The guidelines also address conference attendance, defining what constitutes a conference and its reporting requirements to the DOE. Extended-term travel includes specific limitations on reimbursement for temporary living expenses and ground transportation. Subcontractors are responsible for understanding these guidelines and their subcontract's travel requirements.
    This document outlines Task Order No. 0001 under Indefinite Delivery Indefinite Quantity (IDIQ) contract IDIQ22XXX for Princeton Plasma Physics Laboratory (PPPL). The order is for labor hour services, specifically for "PPPL Operations Development and Assistance" and the Statement of Work (SOW) related to the "ITER Toroidal Interferometer Polarimeter (TIP) Diagnostic." The performance period and funding amount are TBD, with monthly invoicing. The document details terms and conditions, including PPPL's standard terms for commercial items/services and general provisions for non-commercial subcontracts. It specifies the shipping and billing addresses, payment terms (Net 15), and identifies the technical and administrative representatives for the order. This initial task order obligates PPPL to a limited funding amount, with the subcontractor assuming risk for costs exceeding this limit. The subcontractor is not obligated to continue work beyond the allocated funding without written notification from PPPL.
    This RFP (RFP 26-003) from Princeton Plasma Physics Laboratory (PPPL) seeks proposals for internal audit services to ensure compliance with Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3. The subcontract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type for two years with three one-year options, totaling a maximum of five years. PPPL is managed by Princeton University under a prime contract with the U.S. Department of Energy. Proposals are due by January 21, 2026, and must demonstrate at least ten years of internal audit experience for governmental clients, including a satisfactory Quality Assurance Review. Key submission requirements include a letter of submittal, company description, responsiveness to minimum qualifications, and completed PPPL Representations and Certifications. Pricing information must be submitted separately. Questions are due by January 6, 2026. Oral presentations may be required for selected suppliers, and registration in the Princeton Supplier Portal is mandatory.
    RFP 26-003 outlines the evaluation and award basis for a subcontract for internal audit services at PPPL, prioritizing
    The Offeror Information and Pricing Form (RFP 26-003) from Princeton University's Plasma Physics Laboratory (PPPL) outlines requirements for internal audit services. It details sections for offeror information, proposed labor rates (fully burdened and direct rates via Attachment 3a), and a cost estimate for the FY 2027 Annual Risk Assessment and Work Plan. The form also covers travel expenses in accordance with PPPL's guidelines, allows for additional pricing, and requires acceptance of PPPL's terms and conditions or submission of exceptions. Offerors must confirm registration on Princeton Prime and acknowledge any amendments. The document concludes with spaces for authorized individual information, signature, and corporate seal, certifying the accuracy and validity of the proposal for 90 days.
    This government file outlines the pricing structure for a federal government Request for Proposal (RFP), detailing labor categories, travel, subcontractor, and other direct costs. It specifies direct labor categories such as Partner/Principal, Director/Senior Manager, and various levels of Staff and Senior Auditors, with fully burdened rates covering payroll taxes, pension, and health insurance. Travel costs, including airfare, lodging, and meals, are to be estimated for audits conducted at PPPL in Plainsboro, New Jersey, with reimbursement rates set by the GSA Travel website for the Princeton/Trenton area. Offerors can estimate travel costs per audit or as a percentage of total fees. The document includes sections for subcontractor and other direct costs, culminating in a total estimated cost for the FY 2027 Annual Risk Assessment and Work Plan.
    The Princeton Plasma Physics Laboratory (PPPL) Representations & Certifications Booklet outlines mandatory requirements for offerors responding to RFP 26-003. This document, derived from various FAR and DEAR clauses, covers critical areas such as business organization, small business program representations (including NAICS code 541211 and a $26.5M size standard), and certifications for independent price determination and Buy American Act compliance. It also addresses the use of radioactive materials and government-owned facilities. Key certifications include those for executive compensation reporting (for agreements over $25,000), payments to influence federal transactions, responsibility matters (for agreements over $30,000), and Cost Accounting Standards. Additionally, the booklet details requirements for equal opportunity, affirmative action, biobased and recovered materials, organizational conflicts of interest, and export control. Offerors must complete these certifications to be considered for subcontract awards, ensuring compliance with federal regulations.
    The "PPL-OCI-Certification (04/2016)" document, relevant for government RFPs and grants, outlines the requirements for offerors to disclose or represent the absence of Organizational Conflicts of Interest (OCI). Offerors must complete either an OCI Representation Statement, certifying no conflicts exist within the past twelve months or currently planned activities that could impede impartial advice or create an unfair competitive advantage, or an OCI Disclosure Statement, detailing any identified conflicts. The disclosure statement requires specific formatting, including categorizing interests (organizational, contractual, financial, other), identifying involved entities, describing relationships, and specifying the duration and extent of these relationships. Additionally, the document mandates that any lower-tier subcontractors or consultants performing evaluation, technical consulting, or management support services must also complete and submit their own OCI Certification. The document concludes with spaces for signature, date, printed name, title, and organization.
    Lifecycle
    Title
    Type
    Internal Audit Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem. This procurement aims to manufacture and test the I&C components and software for the UWAVS, which is critical for the ITER fusion energy project in France, focusing on the upper ports of the facility. The project will be executed in two phases, encompassing preparation and manufacturing, with strict adherence to quality assurance protocols and US export control laws. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26014KS in their correspondence. The formal Request for Proposals (RFPs) is expected to be issued by May 2026.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Ex-Vessel Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide Angle Viewing System (UWAVS) Ex-Vessel Subsystem, aimed at enhancing diagnostic capabilities for the ITER project. This procurement involves the manufacturing, inspection, testing, and delivery of critical components, including the Interspace Optics Tube, Bioshield Optics Labyrinth, and Back End Optics and Camera, which will provide real-time imaging of the ITER divertor region. The project is significant for advancing fusion energy research and is structured in two phases: preparation leading to a Manufacturing Readiness Review and subsequent manufacturing and testing phases. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26013KS UWAVS Ex-Vessel Subsystem. The formal Request for Proposals (RFPs) is expected to be released by May 2026.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) In-Vessel Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide Angle Viewing System (UWAVS) In-Vessel Subsystem, aimed at supporting the International Thermonuclear Experimental Reactor (ITER) project. The procurement involves the manufacture of key subsystems, with a focus on four upper ports (2, 8, 11, and 14), and will be conducted in two phases: preparation for manufacturing and the actual manufacturing process, including assembly and testing. This diagnostic system is critical for ITER's operational capabilities, and the PPPL is inviting potential suppliers to review draft procurement documents and provide feedback to enhance clarity before the formal Request for Proposals (RFPs) are issued by May 2026. Interested parties can direct their comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26012KS UWAVS In-Vessel Subsystem in their correspondence.
    Portable Small Article Monitor for Shipboard Use
    Buyer not available
    The Department of Energy, through Fluor Marine Propulsion (FMP), is seeking proposals for the development of a Portable Small Article Monitor (PSAM) intended for shipboard use on nuclear vessels. The PSAM is required to replace manual frisking stations, featuring a modular design that is smaller and lighter than existing models, with specific dimensions and weight limitations to facilitate transport and operation. This device is critical for ensuring safety and compliance during servicing and maintenance at U.S. Navy shipyards, with performance specifications including the ability to detect 450 pCi of Co-60 in under 120 seconds and a user-friendly interface for operators. Proposals must be submitted by February 27, 2026, to ATIP@unnpp.gov, and should include a Quad Chart, narrative, and procurement documents, while adhering to ISO 9001:2008 quality standards. For further inquiries, interested parties may contact Jon Ruffley at Jonathan.Ruffley@unnpp.gov.
    Argonne Research Project Management System RFI
    Buyer not available
    The Department of Energy's Argonne National Laboratory is seeking information for a Research Project Management System (RPMS) to enhance its project management capabilities. The RPMS aims to standardize and automate workflows, improve risk evaluation processes, and provide robust oversight for research projects, addressing current inefficiencies in Argonne's fragmented processes. This initiative is crucial for ensuring compliance with federal regulations and institutional policies while supporting a user base of 300-600 individuals across 10-30 distinct workflows. Interested vendors must submit their responses by December 10, 2025, at 5:00 PM Central Time, and can direct inquiries to primary contact Jack Patton at jpatton@anl.gov or secondary contact Sandy Smith at sweso@anl.gov.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    SCOAP Journal Subscriptions
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for journal subscriptions under the SCOAP3 Open Access initiative for the year 2026. The procurement includes various academic journal subscriptions, such as "APS: ALL Package," "Elsevier: Nuclear Physics B," and others, with a focus on providing access to essential scientific literature. This opportunity is critical for supporting research and development activities at BNL, ensuring that researchers have access to the latest findings in their fields. Interested vendors must submit their quotes, including pricing and compliance with registration requirements in the System for Award Management (SAM), by the specified deadline, with all quotations remaining valid for 60 days. For further inquiries, vendors can contact Malen Valencia at mvalencia@bnl.gov.
    13 kW klystrons
    Buyer not available
    The Department of Energy, specifically the Jefferson Lab, is seeking a supplier for the fabrication, inspection, and testing of 13 kW klystrons as outlined in the attached technical specifications. This procurement is crucial for the lab's operations, as klystrons are essential components used in various applications, including particle accelerators and other high-frequency electronic systems. Interested vendors should note that there are no set-asides for this solicitation, and the primary point of contact for inquiries is Ebony Beaver, who can be reached at beaver@jlab.org or by phone at 757-269-7814. Further details regarding the proposal submission process and deadlines can be found in the RFP package.
    R2 Consultant
    Buyer not available
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.