TO PROVIDE ACCOINTING, CONSULTING AND MANAGEMENT SERVICES FOR THE JEFF

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD11472810044821533
Posted Date: Mar 5, 2024
Due Date: Mar 15, 2024
Solicitation No: JPP-RFP-0478
Source: Members Only
bid number description date issued bid open date/time help
JPP-RFP-0478 TO PROVIDE ACCOINTING, CONSULTING AND MANAGEMENT SERVICES FOR THE JEFF
Original: JPP-RFP-0478
02/07/2024 03/15/2024
3:30:00 PM CT
JPP
ADDENDUM 1
Addendum 1: JPP-RFP-0478-1
03/05/2024

Attachment Preview

REQUEST FOR PROPOSAL
TO PROVIDE
ACCOUNTING CONSULTING AND MANAGEMENT SERVICES FOR THE
JEFFERSON PARISH DEPARTMENT OF JEFFERSON COMMUNITY ACTION
PROGRAMS
RFP No.: ___0478______________________
Proposal Receipt Date: _March 15, 2024_____________
Proposal Receipt Time: __3:30 p.m.____________
Jefferson Parish
Department of Purchasing
200 Derbigny Street, Suite 4400
Gretna, LA 70053
(504) 364-2678
TABLE OF CONTENTS
PART I – ADMINISTRATIVE AND GENERAL INFORMATION
1.1 Background ............................................................................................................................... 3
1.2 Purpose...................................................................................................................................... 3
1.3 Goals and Objectives ................................................................................................................ 4
1.4 Proposer Minimum Requirements ............................................................................................ 4
1.5 Schedule of Events.................................................................................................................... 5
1.6 Proposal Submittal .................................................................................................................... 6
1.7 Proposal Response Format........................................................................................................ 7
1.8 Number of Response Copies..................................................................................................... 8
1.9 Legibility/Clarity....................................................................................................................... 8
1.10 Pre-proposal Conference......................................................................................................... 8
1.11 Written Inquiries ..................................................................................................................... 9
1.12 Inquiry Periods........................................................................................................................ 9
1.13 Required Signed and Notarized Affidavits ........................................................................... 10
1.14 Proposal Guarantee ............................................................................................................... 10
1.15 Performance Bond ................................................................................................................ 10
1.16 Fidelity Bond Requirements ................................................................................................. 10
1.17 Proposal Validity .................................................................................................................. 10
1.18 Revisions, Withdrawals, Protest Procedures ........................................................................ 10
1.19 Cost of Offer Preparation...................................................................................................... 11
1.20 Acceptance of Proposal Content ........................................................................................... 11
1.21 Written or Oral Discussions/Presentations ........................................................................... 11
1.22 Standard Terms and Conditions and Non-negotiable Contract Terms ................................. 11
1.23 Taxes ..................................................................................................................................... 12
1.24 Selected Proposer’s Responsibilities .................................................................................... 12
1.25 Sub-Contractor Requirements............................................................................................... 12
1.26 Insurance Requirements........................................................................................................ 13
1.27 Subcontractor Insurance........................................................................................................ 13
1.28 No Guarantee of Quantities .................................................................................................. 13
1.29 Contract Negotiations ........................................................................................................... 13
1.30 Cancellation of RFP or Rejection of Proposals .................................................................... 13
1.31 Evaluation and Selection....................................................................................................... 14
1.32 Indemnification ..................................................................................................................... 15
1.33 Payment for Services ............................................................................................................ 16
1.34 Termination........................................................................................................................... 16
1.35 Assignment ........................................................................................................................... 17
1.36 EEOC and ADA Compliance ............................................................................................... 17
1.37 Audit of Records ................................................................................................................... 18
1.38 Record Retention .................................................................................................................. 18
1.39 Record Ownership ................................................................................................................ 18
2
1.40 Content of Contract/Order of Precedence............................................................................. 19
1.41 Contract Changes .................................................................................................................. 19
1.42 Substitution of Personnel ...................................................................................................... 19
1.43 Force Majeure ....................................................................................................................... 19
1.44 Governing Law ..................................................................................................................... 19
1.45 Claims or Controversies........................................................................................................ 20
PART II – SCOPE OF WORK/SERVICES
2.1 Scope of Work/Services.......................................................................................................... 20
2.2 Period of Agreement ............................................................................................................... 24
2.3 Price Proposal ......................................................................................................................... 24
2.4 Deliverables ............................................................................................................................ 24
2.5 Location .................................................................................................................................. 25
2.6 Financial Profile...................................................................................................................... 25
2.7 Technical Proposal Elements .................................................................................................. 25
A. Technical .................................................................................................................................. 25
B. Qualifications and Experience ................................................................................................. 26
PART III – FEDERAL CONTRACT PROVISIONS
3.1 Federal Contract Provisions.................................................................................................... 26
PART IV – EVALUATION
4.1 Evaluation Criteria .................................................................................................................. 26
PART V – PERFORMANCE STANDARDS
5.1 Performance Requirements ..................................................................................................... 28
5.2 Performance Measurement/Evaluation ................................................................................... 28
PART VI – APPENDICES
ATTACHMENT “A” – Insurance Requirements
ATTACHMENT “B” – Price Proposal
ATTACHMENT “C” – APPENDIX A Federal General Procurement Provisions, Certification of
Restrictions on Lobbying, and Debarment/Suspension Certification
ATTACHMENT “D” – Signature Page
ATTACHMENT “E” – Corporate Resolution
ATTACHMENT “F” – Request for Proposal Affidavit
3
REQUEST FOR PROPOSAL
TO PROVIDE
ACCOUNTING CONSULTING AND MANAGEMENT SERVICES FOR THE
DEPARTMENT OF JEFFERSON COMMUNITY ACTION PROGRAMS
1.1 Background
Jefferson Parish seeks to engage a qualified accounting consultant to assist the
Department of Jefferson Community Action Programs (JeffCAP) Head Start Birth-
Five with technical assistance and related management services, on an i m m e d i a t e
basis for programs funded by the U.S. Department of Health and Human Services
Administration for Children and Families Services.
The funding for Head Start Programs administered by JeffCAP comes from U.S.
Department of Health and Human Services Administration for Children and Families
Services, and JeffCAP administers these funds following Head Start performance
standards, guidelines and regulations.
The JeffCAP Accounting Unit staff members use the Parish AS400 system to input
program and salary expenses that are then processed and paid by Jefferson Parish.
Drawdowns for these expenses are then subsequently performed in the various financial
management systems (e.g., Grant Solutions, PMS, HSES, and CACFP) to notify Office
of Head Start (OHS), the Department of Health and Human Services Administration and
U.S. Department of Agriculture of these payments. OHS then issues reimbursement to
Jefferson Parish shortly after notification. Additionally, both JeffCAP Accounting Unit staff
members and members of the managerial staff work together to perform periodic,
deadline-driven annual reporting in all financial management systems.
1.2 Purpose
The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as
allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide,
qualified Proposers who are interested in providing Scope of Work as defined in Part II
hereof. By submitting a proposal, proposer agrees to comply with all provisions of
Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances,
Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson
Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions
as adopted by Jefferson Parish Council Resolution.
3
1.3 Goals and Objectives
This is a competitive process open to all. J e f f C A P desires to obtain a firm that is
familiar with the federal regulations, State law, Parish ordinances and departmental
processes to demonstrate specific knowledge of and experience to provide accounting
consulting and related management services to the Department.
JeffCAP’s goals and objectives for accounting consulting and management services are
as follows:
1. Training of all JeffCAP Accounting Unit staff members in the Parish AS400
system and all pertinent financial management systems (Payment
Management System (PMS), Head Start Enterprise System (HSES), Grant
Solutions, and Child and Adult Care Food Program (CACFP);
2. Training of JeffCAP managerial staff members in the Parish AS400 system and
all pertinent financial management systems (Grant Solutions, PMS, HSES, and
CACFP);
3. Temporary managing and guiding of JeffCAP Head Start Accounting unit staff
members;
4. Reconciling of current over-budget projects in accordance with Jefferson
Parish Accounting Department policies and procedures and Head Start
performance standards and guidelines;
5. Ensuring that all Head Start drawdowns are performed so that the Parish is
fully reimbursed and current;
6. Implementing and managing a monthly schedule of drawdowns.
In addition, for further goals and objectives, please see Section 2.1 Scope of
Work/Services.
1.4 Proposer Minimum Requirements
A. At least three (3) years’ experience in providing similar accounting consulting
and related management services on federal programs administered by Office
of Head Start (OHS), the U.S. Department of Health and Human Services
Administration and U.S. Department of Agriculture, more specifically Payment
Management System: PMS (the DHHS financial management system
pertaining to Head Start, Early Head Start and Early Head Start Child Care
Partnership) Head Start Enterprise System (HSES), Grant Solutions, and Child
and Adult Care Food Program (CACFP) with at least one (1) year for service
to a City, Parish/County, State or Federal agency.
4
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >