MSC Financial Management Support Services
ID: finanmanag_25R4034solicitationType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC) in Norfolk, Virginia, is soliciting proposals for Financial Management Support Services under contract N3220525R4034. The contractor will be responsible for providing non-personal services including data collection, financial analysis, reporting, and support for the Navy Enterprise Resource Planning (NERP) system, with a contract duration of one base year and four optional renewal years, plus a potential six-month extension. This procurement is critical for enhancing the financial management capabilities of the MSC, ensuring compliance with federal regulations, and maintaining effective oversight of financial operations. Interested parties must submit their proposals by the new deadline of March 10, 2025, at 3:00 PM EST, and can direct inquiries to Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Keeley Crosby at keeley.a.crosby.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Request for Proposals (RFP) N3220525R4034 for Financial Management Support Services. It details the services required in accordance with sections 5.1 through 5.5 of the Performance Work Statement (PWS) across multiple contract line item numbers (CLINs). The base period spans 12 months for certain services and 10 months for others, with a total of four optional periods, each lasting 12 months, plus an additional six-month option period, designed to extend the contract if necessary. The structure emphasizes entries that need to be filled out while indicating that other financial calculations will be automated. The document's intent is to facilitate the procurement of financial support services for a specified time frame, ensuring continuous management and oversight. This is typical within federal RFPs, aligning with government practices for securing necessary services through competitive bidding processes. It reflects a structured approach to contracting, showcasing thorough planning and provision for future needs, emphasizing compliance with federal acquisition regulations.
    The document is a Financial Management Question and Answers Spreadsheet that serves as a resource for addressing common inquiries related to financial management within federal and state/local RFPs and grants. It outlines various questions regarding financial processes, guidelines, and requirements that typically arise in the context of proposal submissions and fiscal accountability. The spreadsheet aims to clarify these aspects, thereby assisting stakeholders in ensuring compliance and efficient financial practices. Key themes include the clarification of financial reporting standards, fund allocation mechanisms, allowable and unallowable expenses, and the administrative protocols required for financial management. By providing answers to frequently asked questions, the document enhances understanding and helps mitigate risks associated with financial discrepancies during the execution of government contracts. In essence, this spreadsheet plays a vital role in supporting applicants and contractors by providing clear, concise information about financial management practices required for government projects, ultimately contributing to better governance and fiscal responsibility in public sector funding initiatives.
    The file outlines the requirements for past performance information that Offerors must submit in response to federal Requests for Proposals (RFPs). Offerors must detail their prior contract experiences, emphasizing the relevance and similarity to the current solicitation's requirements. The submission includes specific information such as the type of contract, work duration, invoiced amounts, and the contract's current status. Additionally, Offerors should provide a narrative that describes the complexity and scope of the work, any challenges faced, and corrective actions taken. The document also mandates compliance with small business subcontracting regulations and historical adherence to small business utilization requirements for government contracts. Such an assessment is essential to ensure that potential contractors have the necessary experience and capability to successfully fulfill government projects, thereby enhancing the selection process for awardees.
    The purpose of the Past Performance Questionnaire issued by the Military Sealift Command (MSC) is to evaluate a contractor's past performance for an upcoming contract solicitation. The questionnaire seeks references to assess performance in key areas: quality of product or service, timeliness of deliveries, business relations, and staffing competency. Respondents are requested to provide ratings from "Exceptional" to "Unsatisfactory" along with comments regarding the contractor's efficiency and effectiveness in fulfilling contract requirements. The ratings reflect the degree to which the contractor met expectations, with "Exceptional" denoting superior performance and "Unsatisfactory" indicating significant deficiencies. Additionally, the document invites respondents to indicate whether they would consider rehiring the contractor for future services. Completed questionnaires are due by February 24, 2025, and submissions are directed to designated MSC representatives via email. This initiative reflects the government’s commitment to ensuring effective contractor performance, critical for compliance and quality in federal contracts.
    The document details the requirements for submitting specialized ad hoc reports as part of a government contract's data management protocols. Contractors are required to provide a written analysis or report related to their monthly financial report within seven days of the Monthly Status Report submission. The report must be submitted electronically to designated points of contact and formatted using Microsoft tools. Additional requirements include maintaining supporting information and clarifications as necessary. The document outlines the structured components of the report submission process, including specific contract references, submission frequencies, and distribution details, ensuring clear communication and timely reporting between contractors and government officials. This framework is crucial for effective oversight and accountability in government contract performance.
    The document outlines the requirements for a monthly status report related to the implementation and sustainment of the NERP (National Enterprise Resource Planning) project. The contractor is tasked with preparing a comprehensive report each month, detailing accomplished tasks, recommendations, challenges faced, and meetings attended. Key components of the report include summaries on technical advice, business process integration, training and change management, business intelligence support, and overall program office support. The report is to be submitted electronically by the seventh working day of each month, beginning after the first full month of work commencement. The document emphasizes the structured approach required in documenting progress and facilitating communication between the contractor and government officials, aimed at improving the efficacy of the NERP implementation. This initiative illustrates the government's commitment to transparency and effective project management in federal contracting and grants.
    The document outlines the Contract Data Requirements List for a government contract related to IT systems under the Federal Financial Information System Controls and Audit Manual (FISCAM) and NIST Special Publication 800-53. It specifies the responsibilities of the contractor to conduct assessments, reporting on enterprise continuing monitoring programs, user entity controls testing, and corrective action implementations. The contractor is also tasked with preparing internal controls test plans, business process documentation, and recommendations for identified risks or deficiencies. Reports must be submitted electronically in Microsoft PowerPoint and Word formats, with content delivered as needed. This structured requirement ensures compliance with federal guidelines and aims to enhance the integrity of financial information systems through rigorous auditing and control measures. The emphasis on electronic submissions and specific formats indicates a push for efficiency and modernization in reporting practices.
    The document outlines a solicitation (N3220525R4034) for a financial management support services contract for the Military Sealift Command (MSC). The contractor will provide non-personal services, including data collection, financial analysis, and reporting to assist the MSC’s Comptroller Directorate (N8). The contract spans one base year with four optional years and a possible six-month extension, commencing April 28, 2025. Key objectives include delivering financial reporting, sustaining the Navy Enterprise Resource Planning (NERP) system, and ensuring compliance with Office of Management and Budget (OMB) Circular A-123. The contractor is responsible for creating various reports, developing standard operating procedures, supporting budget reconciliations, and conducting audits. Quality assurance will be monitored through performance standards, and the contractor's personnel must meet specific qualifications related to their roles. The document emphasizes the necessity for personnel security, proper identification of contractor employees, and knowledge transfer of skills to government personnel throughout the contract period. This effort aims to enhance the financial management capabilities of the MSC while ensuring adherence to federal standards and regulations.
    The document serves as a Financial Management Question and Answers Spreadsheet related to a government Request for Proposal (RFP) for financial management services. It addresses various queries from potential bidders regarding key personnel, experience requirements, contractual clauses, and performance expectations. Key points include: clarity on resume submission for key personnel, acceptance of alternative certifications in lieu of CPA licenses, and confirmation of work arrangements (telework and remote work). Significantly, the government clarified that technical criteria for contractor selection will focus on organizational experience rather than price alone, with no flexibility on past performance thresholds set at a minimum of $10 million total contract value. The document also establishes points of contact for queries and reassures potential bidders that the solicitation is finalized, removing any previous "Draft" watermarks. The overall tone of the responses emphasizes adherence to regulations while aiming to foster competitive bidding and clarity in proposal requirements. This interaction showcases the government’s intent to ensure an effective procurement process for financial management services.
    The document outlines the Financial Management Question and Answers related to a government Request for Proposal (RFP). It addresses contractor access to financial systems, data sharing limitations, internal controls, and expected report generation. Contractors will have read-only access to systems like NERP and Advana, and sharing financial data with external stakeholders is restricted. There's an existing training curriculum for new users, with some flexibility for tailored programs. The government emphasizes the importance of addressing inefficiencies in current processes, particularly in preparation for audits. Compliance with guidelines for financial reporting and corrective actions is essential, with contractors expected to facilitate existing processes. The RFP specifies that organizational experience is vital for technical evaluations, focusing on achieving best value through a Lowest Price, Technically Acceptable approach. Overall, the document serves as a comprehensive resource for potential offerors to understand their roles, data management expectations, and other critical operational directives tied to the forthcoming contract.
    The document addresses questions regarding the relevance of sub partners' past performance in government solicitations, particularly in the context of federal requests for proposals (RFPs). It specifies that, per FAR 52.212-2, the government will evaluate the past performance of the prime contractor, any predecessor companies, and key personnel. Additionally, subcontractors involved in significant or critical components of the project will also be considered for their past performance. This guidance is crucial for entities preparing bids, as it clarifies the evaluation criteria pertaining to past performance, ensuring bidders understand how their collaborators' experiences may impact their proposals. The information provided is pivotal within the framework of government procurement processes, emphasizing transparency and comprehensive assessments of contractor qualifications.
    This government document pertains to a Request for Proposal (RFP) for a contract aimed at providing comprehensive Financial Management Support services to the Military Sealift Command (MSC). It outlines the responsibilities of the contractor, including data collection, financial analysis, and reporting, as well as support for the implementation of the Navy Enterprise Resource Planning (NERP) system. The contract covers a base year followed by four optional renewal years, with potential extensions. Key responsibilities include assisting the MSC in budget execution, compliance with OMB guidelines, development of internal controls, and coordination of training for NERP. The contractor must comply with security protocols, including access control to sensitive information. Moreover, the document specifies personnel qualifications, including designated positions like Business Analyst and Senior Accountant, outlining educational and experience requirements. The overall goal of the contract is to enhance MSC’s financial management operations while ensuring compliance with federal regulations. Monthly deliverables such as status reports and financial reconciliations are mandated to track progress and performance against established key metrics. The contract emphasizes accountability, quality assurance, and the importance of knowledge transfer to government personnel throughout its life cycle.
    The document details an amendment to a solicitation issued by the Military Sealift Command in Norfolk, Virginia, specifically for the contract identified as N3220525R4034. The primary purpose of this amendment is to extend the submission deadline for proposals from the original date of 24 February 2025 to 10 March 2025 at 3:00 PM EST. All previously stated terms and conditions of the original solicitation remain unchanged, maintaining their validity. The contracting officer’s signature is included, confirming the amendment's official status. Offerors are instructed on how to acknowledge receipt of the amendment, emphasizing the importance of submitting acknowledgment prior to the new deadline to avoid potential rejection of offers. The document is structured in a way that outlines the amendment clearly in a continuation page format, signifying the changes made while preserving clarity and compliance with federal regulations concerning solicitations and contracts.
    The document outlines an amendment to a federal solicitation primarily focused on amending the contract for Financial Management Support services for the Military Sealift Command (MSC). It specifies updates due to changes from a Question and Answer round and details adjustments to contract line item numbers (CLINs), including changes in unit issues and quantity adjustments for specific deliverables. The objectives include data collection, financial analysis, and reporting support. The contractor will assist MSC in implementing effective financial management processes under the Navy Enterprise Resource Planning (NERP) system, OMB A-123 compliance support, and various operational tasks. The contract spans from April 27, 2025, to April 26, 2030, including a base year and four option years, with a potential six-month extension. Performance monitoring will be conducted under a Quality Assurance Surveillance Plan to ensure compliance with standards and delivery expectations. Security and personnel qualifications are also emphasized alongside the commitment to knowledge transfer to government personnel, ensuring effective handover and a smooth operational transition as support levels decrease after initial years.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    DRY CARGO VOYAGE CHARTER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking proposals for a Dry Cargo Voyage Charter to support its maritime transportation needs. This procurement involves the provision of deep-sea freight transportation services, which are critical for the logistical operations of the Navy. The contract will be performed in Texas, and interested parties can reach out to the primary contact, Jordan Morrison, at jordan.a.morrison5.civ@us.navy.mil or by phone at 564-230-3633, or to the secondary contact, F. Carley Orvin, at franklin.c.orvin.civ@us.navy.mil or by phone at 564-230-3731 for further details. Specific deadlines and funding amounts have not been provided in the overview.
    Special Time Charter for Marine Support Vessel
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, Jones Act vessel to serve as a maritime support vessel for counternarcotics operations. The vessel will be homeported at Mayport Naval Base, FL, and is required to support 29 personnel, with the capacity to surge to 44 for up to 30 days without resupply, operating primarily in the Caribbean Sea and Eastern Pacific Ocean. This procurement is critical for enhancing operational capabilities in maritime security and drug interdiction efforts. Interested parties must submit their responses, including company and vessel details, by March 17, 2025, to the designated contacts, Yvonne Escoto and Danny Davis, at the provided email addresses.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the USWC Jones Act Tanker, aimed at securing charter services for the transportation of military fuels. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as adherence to U.S. Coast Guard standards. This procurement is critical for maintaining effective maritime logistics support for the Department of Defense, ensuring the safe and efficient transport of essential defense fuels along the West Coast and Hawaii. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil for further details.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotations for the refurbishment of miscellaneous valves and pumps for the USNS Pecos, with a focus on commercial services. The procurement, identified by RFQ number N3220525Q4050, requires vendors to provide detailed quotes that include labor, materials, and travel costs, with the contract period spanning from May 2, 2025, to September 30, 2025. This opportunity is critical for maintaining the operational readiness of marine equipment, emphasizing compliance with federal acquisition regulations and technical capability. Interested parties should direct inquiries to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or call 757-642-0500 for further details.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, classified under solicitation number N3220525Q2123. This procurement is critical for naval operations, as the degaussing systems are essential for ensuring the operational safety and effectiveness of naval vessels. Interested vendors must submit their quotes, including technical specifications and pricing, by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract aims to support environmental compliance and reporting requirements, focusing on marine species monitoring, including surveys and assessments related to protected species such as marine mammals and sea turtles. This initiative is critical for ensuring adherence to environmental laws and enhancing the understanding of marine ecosystems in relation to Navy operations. The contract has a maximum value of $75 million, covering a base year and four optional years, with proposals due by March 11, 2025. Interested parties can contact Nicole Smith at Nicole.smith100.civ@us.navy.mil or call 757-322-4649 for further information.