International Loan Modeling Budget Management (ILMBM)
ID: HQ003425R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Other Accounting Services (541219)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the International Loan Modeling Budget Management (ILMBM) contract to support the Defense Security Cooperation Agency (DSCA). This procurement aims to acquire non-personal services that include loan setup, modeling, subsidy scenario analysis, and drafting loan agreements within the Foreign Military Financing framework. The contract is critical for managing financial assistance efficiently for international security cooperation, ensuring compliance with federal regulations and standards. Interested contractors must submit their proposals by 1:00 PM on February 7, 2025, with the contract performance period commencing on February 28, 2025, and lasting through February 27, 2030, including options for extension. For further inquiries, potential bidders can contact Lamont Joy at darrell.l.joy2.civ@mail.mil or Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Security Cooperation Agency (DSCA) seeks a contractor to provide non-personal services for International Loan Modeling & Budget Management (ILMBM). The contractor will oversee all aspects of loan setup and modeling within the Foreign Military Financing (FMF) framework, working closely with the Department of State, Treasury, and Office of Management and Budget. Key tasks include subsidy scenario modeling, negotiating loan terms, drafting loan agreements, and executing loans. The contract spans a base year and four option years, commencing February 6, 2025. The contractor will ensure quality control, maintain compliance with security protocols, and provide periodic reports on progress. Essential personnel must hold appropriate security clearances and extensive experience in finance and accounting. This initiative underscores the DSCA's commitment to managing financial assistance efficiently for international security cooperation, reflecting federal standards and protocols in its operations.
    The Defense Security Cooperation Agency (DSCA) seeks a contractor to provide International Loan Modeling & Budget Management (ILMBM) services. This non-personal services contract encompasses overall personnel, equipment, and other resources necessary for effective financial support under the Foreign Military Financing (FMF) program. The contract’s objectives include subsidy scenario modeling, loan term negotiation, and document drafting, essential for managing the sale and transfer of military services to partner nations as mandated by the Foreign Assistance Act and the Arms Export Control Act. The period of performance spans a base year and four optional extensions, with contract management and oversight through a quality control plan ensuring standards are met. The contractor will support DSCA operations primarily from their headquarters in Arlington, Virginia, while ensuring compliance with Secret security requirements. Key personnel qualifications include extensive experience in financial management and modeling. Deliverables include monthly reports, loan agreements, and reconciliation tasks, with a focus on financial accountability and adherence to federal regulations. This initiative showcases the government's commitment to efficient international defense cooperation and fiscal oversight.
    The ADAP Form 209.506-6 Non-Disclosure Agreement (NDA) establishes terms for contractor personnel accessing sensitive nonpublic U.S. government information while fulfilling contractual obligations. Signatories agree to confidentiality regarding procurement-sensitive data, proprietary business information, and personally identifiable information (PII), such as financial and medical history. Key provisions stipulate that information should only be used for official purposes and disclosed only to authorized individuals with a need to know. Violations may incur severe civil or criminal penalties, emphasizing the seriousness of safeguarding sensitive information. The NDA also requires employees to return any accessed data and report any unauthorized disclosures immediately. This document aligns with the regulatory framework established by the Trade Secrets Act, Procurement Integrity Act, and the Privacy Act, ensuring compliance and protection of sensitive information in government contracting contexts.
    The document provides guidance on federal government Requests for Proposals (RFPs) and grants, emphasizing the necessary compliance and procedural frameworks for applicants. It outlines the structured approach required to submit successful proposals, including eligibility criteria, application processes, evaluation standards, and funding requirements. The primary objective is to ensure transparency and fairness in the allocation of federal resources, fostering competition among public and private entities. Key aspects discussed include the importance of detailed project descriptions, budget justifications, and timelines for completion, as well as adhering to federal grant regulations. It highlights the role of state and local jurisdictions in facilitating RFPs and grants, ensuring alignment with federal goals. The document also emphasizes the significance of performance metrics and reporting obligations for awarded grants to maintain accountability and effective use of taxpayer funding. By providing a comprehensive overview of the funding landscape, the document serves as a vital resource for organizations seeking federal assistance, guiding them in creating compliant and compelling proposals to access necessary funds for their projects.
    The document outlines requirements for vendors submitting proposals for the solicitation numbered HQ0034-25-R-0009, related to DSCA International Loan Modeling and Budget Management Support Services. Vendors must detail their proposed hours and the number of Full-Time Equivalents (FTEs) for various labor categories under Firm-Fixed Price Contract Line Item Numbers (CLINs). Specifically, the document includes details on security clearance levels, whether the vendor is a prime contractor or subcontractor, and the qualifications required for personnel, which encompass years of experience, certifications, and education pertinent to assigned duties. This structured format facilitates clear communication of expectations, enabling effective evaluation of contractor capabilities and ensuring that submissions adhere to federal guidelines. Overall, the document serves as a fundamental framework for the procurement of specialized support services within governmental operations.
    This government document outlines the qualifications required for key personnel as part of a proposal for federal grants and state/local RFPs. Two labor categories are specified: an Accountant and a Financial Modeling Specialist. The Accountant must possess a SECRET security clearance, a minimum of ten years of experience in accounting and financial regulations, and eight years providing advisory finance services. Additionally, a master’s degree in a relevant business field from an accredited institution is required. Conversely, the Financial Modeling Specialist is also required to hold a SECRET clearance, with fifteen years of experience in financial modeling and twelve years in strategic planning, including budget calculations and resource allocation. A master’s degree in a business-related field from an accredited institution is also necessary. The document emphasizes the essential experience and educational background needed for the personnel proposed to fulfill roles vital for financial decision-making and compliance with regulatory standards. Overall, this information serves to inform potential proposers of the specific qualifications required to meet government expectations in related projects.
    This document outlines the key personnel qualification requirements for a government Request for Proposals (RFP) focused on accounting and financial modeling roles. It specifies two labor categories: Accountant and Financial Modeling Specialist, each requiring a Department of Defense SECRET clearance or the ability to obtain one. For the Accountant position, candidates must possess a minimum of ten years in accounting, eight years in advisory finance services, and a master’s degree in a related field. For the Financial Modeling Specialist, requirements include fifteen years in financial modeling, twelve years in strategic planning, and similar educational qualifications. The structured format demands detailed descriptions of how proposed candidates meet these qualifications, alongside rationales for their suitability. The essential aim of the document is to ensure that the personnel proposed for these key positions possess the necessary expertise and security clearances, thereby aligning with the broader objectives of federal grants and RFPs for efficient and compliant financial management.
    The document provided is the Pricing Template for the International Loan Modeling and Budget Management (ILMBM) under RFP Number HQ0034-25-R-0009. It outlines the pricing structure for services to be delivered over multiple contract periods, including a Base Period (12 months) and four Option Periods (each also 12 months), along with a 6-month extension of services. Each period includes three Contract Line Item Numbers (CLINs) corresponding to Program Manager, Accounting Services, and Financial Modeling Services with specified quantities in months. The template requires vendors to enter unit prices and total prices for each CLIN across the various contract periods, which ultimately contributes to the total pricing for service provision. The document's structure is segmented by contract periods, clearly delineating the timeline and required services for effective budget management aligned with federal contracting procedures. Its purpose is to facilitate cost proposals from potential contractors by providing a standardized format for pricing submissions in accordance with government contracting requirements, ensuring clarity and consistency in response evaluations.
    The document outlines the guidelines for submitting questions and comments regarding a draft Request for Proposals (RFP) under federal government procurement processes. It emphasizes the necessity of maintaining the formatting of the Comment Resolution Matrix while providing structured feedback. Respondents are instructed to submit only one comment or question per row and ensure that proprietary information is clearly marked to avoid rejection. The resolution process includes assigning categories to assess the impact of each inquiry and requires the submission of all comments via email by a specified deadline. The primary objective is to clarify aspects of the RFP, particularly distinguishing objectives from design concepts, reflecting a structured approach to engaging potential contractors in a clear and organized manner. This document is crucial for fostering effective communication between government entities and vendors, thereby promoting transparency and efficiency in the procurement process.
    The document outlines the procedures and requirements for assessing a contractor's past performance in relation to a federal Request for Proposals (RFP) identified as HQ003425R0009 concerning DSCA International Loan Modeling and Budget Management. It includes sections for both the offeror requesting a reference and the evaluator providing the assessment. The offeror must provide detailed information about their company, project title, contract specifics, and the nature of services involved. Evaluators will critique the contractor across various performance elements, such as quality of product or service, schedule adherence, cost control, business relations, management of key personnel, and utilization of small businesses. Each performance element is rated on a scale from exceptional to unsatisfactory, with space provided for comments. This structured assessment form aims to ensure contractors meet contractual obligations and maintain effective relations with the government, thereby facilitating successful project execution and compliance with statutory requirements regarding small business participation.
    The document outlines the process for evaluating past performance of offerors participating in Solicitation Number HQ003425R0009 by the Washington Headquarters Service/Acquisition Directorate (WHS/AD). Offerors are required to provide up to three recent and relevant contract references completed in the last five years. They must fill out Section A before the questionnaires are sent out. References, who are typically the Contracting Officer or Technical Representative for government contracts, should fill out Section B and submit the completed questionnaire via email to specified WHS contacts by February 07, 2025. The email must originate from a professional email system, and an explanatory subject line is necessary. The document emphasizes the importance of accurate and candid feedback for the evaluation process, which may include follow-up calls. The correspondence concludes with contact information for inquiries and expresses appreciation for the reference's contribution to the acquisition process.
    The document outlines the Small Business Participation Commitment Document (SBPCD) associated with RFP HQ003425R0009 for International Loan & Budget Management. Its primary purpose is to establish requirements for prime contractors regarding small business participation in federal contracts. It categorizes prime contractors by size and socioeconomic status, such as Small Business, Woman-Owned Small Business, and Service-Disabled Veteran-Owned Small Business, among others. The document specifies a Minimum Quantitative Requirement (MQR) indicating the expected participation percentages and dollar values allocated for different small business classifications within the overall contract value. Additionally, the document hosts a section for detailing small business participants, their respective classifications, services provided, NAICS codes, and the nature of their commitment. Changes to this participation must be pre-approved by the Contracting Officer, emphasizing the importance of maintaining small business engagement in federal contracting processes. This structured approach reflects the government's commitment to supporting small businesses through federal contracts and ensuring diverse participation in its procurement initiatives.
    The ADAP Form 209.506-1 serves as a Contractor Conflict of Interest Disclosure Form, utilized by contractors to disclose any actual or potential conflicts of interest related to federal contracts or RFPs. The form is structured to collect critical information including the solicitation or contract number, organizational details, points of contact, and a description of the work involved. Contractors must indicate whether a conflict exists and provide detailed descriptions of any potential issues, including the relevant program information and a mitigation plan if required. The document emphasizes the importance of reviewing organizational and personal conflicts of interest, considering aspects such as financial interests and outside employment of key personnel. It requires each contractor to submit a separate disclosure form for different contracts, ensuring thorough monitoring of compliance with conflict of interest regulations as stipulated in federal guidelines. The signed form, along with a representative's name and date, legitimizes the submission and demonstrates accountability in addressing potential conflicts during contractual obligations. This approach aims to uphold ethical standards within government contracting.
    The solicitation HQ003425R0009, issued by the Washington Headquarters Services, aims to acquire Program Management, Accounting, and Financial Modeling Support Services for the Defense Security Cooperation Agency (DSCA). The proposal is set to be open for submissions until 1:00 PM on February 7, 2025. It outlines requirements for firm-fixed-price (FFP) contracts, with performance spanning from February 28, 2025, to February 27, 2030, including options for extension. The procurement is classified under NAICS 541219 for Other Accounting Services and is intended to be open to all businesses, with particular encouragement for small businesses. The proposal submission must address several aspects, including administrative requirements, technical capabilities, past performance references, and pricing models. Offerors must adhere to specific formatting, submission instructions, and compliance clauses to ensure their proposals are evaluated favorably. This solicitation underscores the federal government's efforts to engage capable firms for essential support services, ensuring compliance with legal and operational mandates throughout the contracting process.
    The document outlines amendments to a federal Request for Proposal (RFP) for acquiring accounting services, with significant updates to proposal submission guidelines and evaluation criteria. Key changes include an extension of the questions submission deadline to February 7, 2025, and a proposal submission deadline of February 14, 2025. The requirement for contractors to possess a Secret Facility Clearance and demonstrate key personnel qualifications is emphasized. Proposals must detail administrative, technical, past performance, and pricing elements, adhering to specific guidelines, including a page limit for technical submissions. The evaluation process will prioritize technical capabilities and past performance, with an emphasis on small business participation and compliance with relevant federal regulations. Offerors are required to submit their proposals electronically, ensuring all elements comply with outlined standards to avoid disqualification. The document establishes clear expectations for clarity, completeness, and the necessity of addressing all requirements specified in the Performance Work Statement (PWS). Overall, these updates reinforce the government's commitment to transparency and accountability in awarding contracts while facilitating a competitive bidding process among qualified vendors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DSCA Irregular Warfare Center Support
    Buyer not available
    The Defense Security Cooperation Agency (DSCA) is seeking qualified contractors to provide support services for the Irregular Warfare Center (IWC) through a non-personal services contract. The primary objectives include strategic updates, program management support, curriculum development, and administrative assistance to enhance the IWC's capabilities in understanding and educating on irregular warfare concepts. This initiative is crucial for the Department of Defense as it aims to address evolving security challenges and improve educational outcomes in irregular warfare. Interested contractors must possess active TOP SECRET clearances and respond to the Sources Sought Notice by February 14, 2025, with the anticipated contract commencing on May 1, 2025, for a base year plus two optional years. For further inquiries, potential bidders can contact Courtney Taitt at courtney.s.taitt.civ@mail.mil or Andrea Montgomery at andrea.m.montgomery.civ@mail.mil.
    DEFENSE SCIENCE BOARD MULTI-STUDY SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking information from potential contractors to provide Multi-Study Support Services for the Defense Science Board (DSB). The objective of this procurement is to obtain professional IT, analytical, and administrative support services to facilitate various DSB studies, which advise senior DOD officials on scientific and technical matters. The anticipated contract, valued between $12 million and $18 million, is expected to cover a five-year period starting July 1, 2025, with responses due by March 5, 2025. Interested parties should contact Brandon Johnson or Jimmie Toloumu via email for further details.
    MSC Financial Management Support Services
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is soliciting proposals for Financial Management Support Services to assist the MSC’s Comptroller Directorate. The contractor will be responsible for providing non-personal services, including data collection, financial analysis, and reporting, with a focus on sustaining the Navy Enterprise Resource Planning (NERP) system and ensuring compliance with federal financial regulations. This contract is crucial for enhancing the financial management capabilities of the MSC and ensuring effective oversight of financial operations. The contract is set for a base period of one year, with four optional years and a possible six-month extension, commencing on April 28, 2025. Interested parties should direct inquiries to Jordan Castellat or Keeley Crosby via their respective emails, and must submit their proposals by the specified deadlines.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
    DLA Commercial Solutions Opening (CSO) FY2024
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for innovative solutions under the title "DLA Commercial Solutions Opening (CSO) FY2024," with a focus on enhancing military logistics through various Areas of Interest (AOIs). The primary objective is to solicit unclassified Solution Briefs that address specific logistical challenges, such as Direct Vendor Delivery Tracking (DVDT), which aims to improve shipment visibility and accuracy by integrating data from multiple sources and ensuring compliance with DoD cybersecurity standards. This initiative is crucial for maintaining effective decision-making within the defense supply chain, which DLA manages for military services and authorized customers. Interested offerors must submit their Solution Briefs by March 13, 2026, and can direct inquiries to Michelle Harrison at Michelle.Harrison@dla.mil or 215-737-3415. Note that DLA does not provide funding for submissions until a contract is awarded.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by the extended deadline of February 28, 2025, and can direct inquiries to Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    Document Repository & Workflow System Development
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to develop a centralized document repository and workflow system aimed at enhancing the Foreign Military Sales (FMS) process. This initiative focuses on automating document processing, review, approvals, and coordination to improve efficiency and transparency across various government departments involved in FMS. The Request for Information (RFI) is intended to gather vendor capabilities without constituting a solicitation, with interested parties encouraged to submit capability statements by February 6, 2025. For further inquiries, vendors may contact Lamont Joy at darrell.l.joy2.civ@mail.mil or Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil.
    SHEAR CABLE, WEAPON
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 360 units of Shear Cable, Weapon (NSN 1095-017211483), with a 20% quantity option. This item, identified by part number 1576 from McFarlane Aviation, LLC, is critical for military operations and will be delivered to Susquehanna, PA, with a required delivery timeline of 240 days. Proposals will be evaluated based on a "best value" approach, considering price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their proposals via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available online around February 14, 2025.
    DLA ENTERPRISE FIRE PROTECTION CONTROL SYSTEMS (FPCS)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support Fire Protection Control Systems (FPCS) at multiple DLA facilities, including Fort Belvoir, Virginia, and other locations across the United States. The procurement aims to ensure the operational readiness and compliance of fire and life safety systems, encompassing project management, maintenance, and cybersecurity measures in accordance with relevant standards such as those set by the National Fire Protection Association (NFPA). This initiative is critical for maintaining safety and regulatory standards within government facilities, with a maximum contract value of $40 million over five years and a guaranteed minimum order of $7,500 during the base year. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Contract Specialist Dylan Stone at dylan.stone@dla.mil or Contracting Officer Ivan Badillo at ivan.badillo@dla.mil.
    2520011608074
    Buyer not available
    The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.