Cost Analyst Consultant
ID: FA671224Q0100Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6712 911 AW LGCCORAOPOLIS, PA, 15108-4495, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SPECIAL STUDIES/ANALYSIS- COST BENEFIT (B505)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the 911th Airlift Wing of the Department of the Air Force, is seeking a qualified Cost Analyst Consultant to conduct a comprehensive audit and cost analysis of the Base Operation Support Services (BOSS) contract. The consultant will be responsible for providing an independent government estimate for five years, making recommendations for cost efficiency, and reporting progress weekly, with the potential for a final audit report upon completion. This procurement is crucial for enhancing financial management and oversight, ensuring taxpayer funds are utilized effectively. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by September 16, 2024, to Paul Davisson at paul.davisson@us.af.mil, with a contract value expected to be determined based on the submitted proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Air Force, specifically the 911th Airlift Wing, is soliciting a Cost Analyst Consultant to audit the Base Operation Support Services (BOSS) contract, which involves various cost structures. The contractor will analyze administrative costs, subcontractor fees, and other financial aspects while developing a five-year Independent Government Estimate and a comprehensive audit report with recommendations for improvement. Work may be performed remotely, with core hours set from 0900 to 1500 EST, and will require regular communication with government personnel via TEAMS. The contractor must have relevant experience with IDIQ contracts, including hybrid structures, and meet certain security clearance requirements to access government laptops and facilities. Deliverables include weekly progress reports and the final audit and cost analysis at project completion. The contract will begin no later than September 30, 2024, lasting for 30 days with potential extensions. This RFP reflects government efforts to ensure responsible financial management and cost-effectiveness in military operations.
    The U.S. Department of the Air Force, 911th Airlift Wing, is seeking a Cost Analyst Consultant to conduct an audit and cost analysis of the Base Operation Support Services (BOSS) contract. This contract is a hybrid structure comprising Firm Fixed Price, Cost Reimbursable Line Items, and material handling fees, covering multiple functional areas including Supply and Vehicle Operations Maintenance. The contractor will provide an independent government estimate for five years and make recommendations to enhance cost efficiency, including strategies for streamlining processes and reducing pass-through fees. Key responsibilities involve weekly progress reporting and submission of a comprehensive final audit report upon completion. The contractor must have relevant experience in government IDIQ contracts, extensive knowledge of labor rates, and ability to analyze predictive maintenance costs. While the contractor can work remotely, they will need to meet government personnel during specified core hours for collaboration and will require a security clearance. The contract duration starts no later than September 30, 2024, with a 90-day base period and a potential 6-month extension. This initiative aims to ensure improved cost management and value for taxpayer funds in the fulfillment of the BOSS contract.
    The document is a quote template for a Cost Analyst Consultant required by the federal government, detailing both non-personal services and various contract line items (CLINs). It outlines the structure for pricing services, which includes an initial 30-day performance period, two optional additional 30-day periods, and a possible extension of up to six months as per FAR 52.217-8. The consultant's role is centered on providing qualified personnel to fulfill the requirements established in the Statement of Work. The template specifies areas for pricing, including hourly rates and a potential one-time charge related to obtaining a Common Access Card (CAC) for travel purposes. The document emphasizes the formal procurement process typical of federal RFPs, indicating the structured timing and pricing mechanism essential for meeting contractual obligations. Overall, it reflects standard procedures for securing consultancy services within government projects, highlighting flexibility in contract duration and the importance of compliance with established federal guidelines.
    The document is a quote template for a Cost Analyst Consultant under a federal government Request for Proposal (RFP). It outlines the requirements for providing necessary personnel to fulfill the specified services according to the Statement of Work. The contract encompasses an initial performance period of 90 days, followed by an optional six-month extension as permitted by FAR 52.217-8, which allows the government to extend services if needed. Specific cost estimates are captured in a structured format, with placeholders for hourly rates and one-time charges, such as obtaining a Common Access Card, if required. The document clearly delineates between non-recurring charges and continuous services while emphasizing the importance of compliance with federal regulations. Overall, this template serves as a framework for responding to the RFP, facilitating potential cost analyses by bidders while ensuring accountability and adherence to governmental standards in service delivery.
    The document outlines a request for proposals (RFP) for a cost analysis project. It specifies that one full-time equivalent (FTE) consultant will work 40 hours a week, performing services remotely. The budget for the nine-month project ranges from $100,000 to $250,000, with a firm-fixed price contract that includes a 30-day base period and two option periods of 30 days each, plus the possibility of extending the contract for up to six months. The consultant will not execute internal audits but will carry out a cost analysis using data obtained from the NexGen system, without the need to input any information into government systems. Security clearance is not required, although a contractor must obtain a Common Access Card (CAC) through specific background checks. Deliverables include a final report and recommendations for improving cost management, ensuring thorough interactions with government personnel throughout the project. The Program Manager will assist the consultant, who is ultimately responsible for the project's success. The document emphasizes the need for flexibility in workload management while maintaining government expectations.
    This document contains a series of questions and answers regarding a federal Request for Proposal (RFP) for a cost analysis project. The contract is structured as a firm-fixed price purchase order with a 90-day base performance period, potentially extendable by six months in thirty-day increments. A single contract employee (1 FTE) is anticipated, who will work 40 hours per week, primarily pulling data from existing IT systems like NexGen, without entering data themselves. No past contracts similar to this have been awarded, and while a security clearance is not required, the contractor must obtain a Common Access Card (CAC) through a specific background check. The consultant will have remote access to government information and will collaborate closely with a Program Manager, who will assist with project understanding and acceptance criteria. The project’s intent is to provide a detailed cost analysis to improve financial insights and resource functionality, with deliverables including a 5-year Independent Government Estimate. Overall, it emphasizes flexibility in execution based on workload and government personnel availability while aiming to enhance financial management and oversight.
    Lifecycle
    Title
    Type
    Cost Analyst Consultant
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Battlefield Operations Support Systems (BOSS) Gold Support Plan Base plus 4 years
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract for the Battlefield Operations Support Systems (BOSS) Gold Support Plan, covering a base year plus four additional option years. This procurement aims to secure an annual subscription plan for five systems, which is crucial for maintaining operational readiness and support for battlefield operations. The anticipated award date is September 27, 2024, and interested parties must submit their capabilities in writing by 12:00 PM CDT on September 26, 2024, to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil. The contract will be awarded to Tactical Communications Group LLC, with the applicable NAICS code being 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing.
    Base Operations and Support (BOS) Services @ March ARB, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Base Operations and Support (BOS) Services at March Air Reserve Base (ARB) in California. The contract encompasses a range of services including Materiel Management, Ground Transportation, Traffic Management, Real Property Maintenance, and Fuels Management, with the intention of awarding a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an all-or-nothing basis. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract value estimated at over $50 million based on the previous vendor's contract. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Jon D. Aaron at jon.aaron@us.af.mil or Victoria Boston at victoria.boston@us.af.mil.
    KAFB CY25 Air Show - Air Boss
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide essential services for the CY25 Kirtland Air Force Base (KAFB) Air Show, scheduled for May 31 to June 1, 2025. The procurement includes roles for an Air Boss, Announcer, and Audio Support services, all of which are critical for ensuring the safety and effective communication during the event, as outlined in the Statement of Work (SOW). This opportunity emphasizes the importance of experienced personnel in managing air operations and audience engagement at large-scale public events. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Dakota Powell at dakota.powell@us.af.mil or Samantha Weller at Samantha.Weller.1@us.af.mil, with the understanding that the contract is contingent upon the availability of appropriated funds.
    OUSD (Comptroller) Mission Support Blanket Purchase Agreement (OUSDC CMS BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is issuing a Request for Quote (RFQ) for a Mission Support Blanket Purchase Agreement (BPA) under full and open competition. This procurement aims to secure a range of professional services, including administrative management, general management consulting, and various accounting and computer programming services, as outlined in the applicable NAICS codes. The services are critical for supporting the operational and administrative functions of the OUSD (Comptroller) and may require compliance with the General Services Administration's Federal Supply Schedule program. Interested vendors can reach out to Brandiss Smith at brandiss.r.smith.civ@mail.mil or call 313-815-5343 for further details regarding the solicitation process.
    C-130H Disassembly, preparation and transport
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force's Pittsburgh 911th Airlift Wing, is seeking small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from the Pittsburgh Air Reserve Station to Camp Atterbury, Indiana. Contractors are required to demonstrate five years of relevant experience and must be capable of commencing work by October 15, 2024, ensuring meticulous planning and execution throughout the relocation process. This aircraft is vital for jump training operations, and the contract emphasizes compliance with military and environmental regulations during transport. Quotes must be submitted by September 19, 2024, and interested vendors should contact Paul Davisson at paul.davisson@us.af.mil or 412-474-8124 for further inquiries.
    BC-SZ A&AS Bridge Action Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award the BC-SZ A&AS Bridge Action Contract, which will provide essential support services for the Space Systems Command (SSC) in El Segundo, California. This procurement aims to secure specialized personnel for tasks including strategic acquisition support, communications, reporting, budget analysis, and personnel assistance, ensuring continuity and mission readiness during a critical transition period. The contract, valued at approximately $38.9 million, will be awarded to Quantech Services Inc. as a follow-on to an existing task order, with a response deadline set for September 28, 2024. Interested parties can reach out to Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil for further inquiries.
    KAFB CY25 Air Show - Ground Boss
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide Ground Boss services for the CY25 Kirtland Air Force Base (KAFB) Open House Air Show scheduled for May 30 to June 1, 2025. The contractor will be responsible for directing aircraft on the ground, overseeing aircraft servicing, and managing logistical coordination to ensure the event's success, as outlined in the Statement of Work (SOW). This procurement is crucial for the effective management of air show logistics, emphasizing safety and operational efficiency within a military context. Interested parties must submit their quotes by September 23, 2024, with all proposals contingent upon the availability of appropriated funds, and should direct inquiries to Dakota Powell at dakota.powell@us.af.mil or Tyler Hatfield at tyler.hatfield.2@us.af.mil.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    USAF Financial Improvement & Audit Remediation (FIAR) Support Follow-on
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Congressional Data Subscription: The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking a total small business set-aside for a comprehensive database system of federal legislative information. This system will provide the U.S. Air Force with access to track legislation and social media, analytics on legislators, contact information for legislative staff, and outreach tools to log meetings with legislators. It will also include email capabilities for sending mass emails. The system will consist of baseline data, derived analytics, official contact information, email tool, and custom contacts database. The system should enable customized functionality, capability to store, display, and download reports. The place of performance for this procurement is Andrews AFB, MD, USA. For more details, please refer to the attached documents.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.