Federal Supply Schedule

Federal Supply Schedule

Federal Supply Schedule

Authorized Federal Supply Schedule Price List

Contract # GS-23F-0216P

Talson Solutions, LLC

Philadelphia, PA

General Services Administration

Schedule Title: Financial and Business Solutions (FABS)

Solicitation number FCXB-F4-020002-B

FSC Service Code: 520

Contract Number: GS-23F-0216P

For more information on ordering from Federal Supply Schedules click on the FSS

Schedules button at .

Contract Period:April 15, 2004 through April 14, 2009

Contractor Name: Talson Solutions, LLC

Address:306 Market Street, 4th Floor

Philadelphia, PA19106

Phone number: 215-592-9634

Fax number: 215-592-9636

Contractor s web site address:

Contract administration source: Mr. Robert S. Bright

Business size:U.S. Small Business Administration certified as a Small Disadvantaged

Business

Prices Shown Herein are Net (discount deducted).

Online access to contract ordering information, terms and conditions, uptodate

pricing, and the option to create an electronic delivery order are available through GSA

Advantage!, a menudriven database system. The INTERNET address GSA Advantage!

is: .

Talson Solutions, LLC (“Talson”), established in 2001, is a certified small disadvantaged business with the United States Small Business Administration. Talson specializes in capital project consulting, construction contract audits and compliance reviews, recovery audits, litigation avoidance and project management oversight. Talson s experienced and dedicated professionals have diverse backgrounds in accounting, construction management, engineering and finance. We assist private and public entities by providing independent assessments of their financial controls, reporting, budget analysis and project risks throughout the duration of a capital program. Talson has established a successful track record of engagements by identifying cost recovery opportunities and recommending improvements to organizational operations and financial controls.

Talson is committed to providing the highest quality service in a timely manner. Our commitment, integrity and responsibility to our clients is the cornerstone of our business.

Customer Information:

1a. Table of awarded special item number(s) with appropriate crossreference to item descriptions and awarded price(s).

SIN 520-9 Recovery Audit; NAICS 541211; $7 million

SIN 520-13 Complementary Financial Management Services; NAICS 541611; $6 million

1b. Awarded Pricing

SIN 520-9 Recovery Audits awarded pricing at a contingency level of 23% of recoverable amounts.

SIN 520-13 Complementary Financial Management Services hourly rates are awarded pricing as follows:

SIN 520-13 Hourly Rates:

Labor 4/14/04- 4/15/05- 4/15/06- 4/15/07- 4/15/08-

Category 4/15/054/14/064/14/074/14/084/14/09

Director $255 $262.65 $270.53 $278.65 $287.00

Manager $205 $211.15 $217.48 $224.01 $230.73

Senior

Consultant $165 $169.95 $175.05 $180.30 $185.71

Consultant $110 $113.30 $116.70 $120.20 $123.81

Admin.

Assistant $ 50 $ 51.50 $ 53.05 $ 54.64 $ 56.28

Prices are net, fully burdened hourly rates.

1.c.Labor Category Definitions

Director professional experience is minimum of 20 years in accounting, auditing, engineering or financial analysis. Professional experience should include technical proficiency, engagement supervision, marketing and overall firm administrative management. Minimum training requirements shall be on-going to include enhancement of accounting, auditing, engineering or financial analysis skills. Minimum education requirement is an undergraduate/Bachelors degree in related field. Professional certifications (e.g., CPA, CMA) and/or Masters degree are desired.

Manager - professional experience is minimum of 10 years in accounting, auditing, engineering or financial analysis. Professional experience should include engagement supervision, technical and computer proficiency. Minimum training requirements shall be on-going to include enhancement of accounting, auditing, engineering or financial analysis skills. Minimum education requirement is an undergraduate/Bachelors degree in related filed, with work towards or attainment of professional certification (e.g., CPA, CMA) and/or Masters degree.

Senior Consultant professional experience is 4 to 9 years in accounting, auditing, engineering or financial analysis, as well as computer proficiency. Minimum training requirements shall be on-going to include enhancement of professional skills. Minimum education requirement is an undergraduate/Bachelors degree in related field.

Consultant professional experience is 0 to 4 years in accounting, auditing, engineering or financial analysis, as well as computer proficiency. Minimum training required for the position will serve to enhance current skill level and shall be on-going. Minimum education requirement is an undergraduate/Bachelors degree in related field.

Administrative Assistant professional experience is 0 to 8 years in a professional services environment, including computer proficiency. Minimum training will serve to enhance basic office and technology skills. Educational minimum requirement is a high school diploma or equivalent.

2. Maximum order. $1,000,000

3. Minimum order. $300

4. Geographic coverage (delivery area). Domestic.

5. Point(s) of production 306 Market Street, Philadelphia, PA19106

6. Discount from list prices or statement of net price. Not applicable.

7. Quantity discounts. Applicable discounts for governmental agencies and prime contractors are factored into and reflected in the contingency and hourly rates approved by GSA and reflected herein.

8. Prompt payment terms. 30 days.

9a. Notification that Government purchase cards are accepted at or below the micro-purchase threshold. Yes.

9b. Notification whether Government purchase cards are accepted or not accepted above the micro-purchase threshold. None.

10. Foreign items (list items by country of origin). None.

11a. Time of delivery. (Contractor insert number of days.) Per task.

11b. Expedited Delivery. The Contractor will insert the sentence Items available for expedited delivery are noted in this price list. under this heading. The Contractor may use a symbol of its choosing to highlight items in its price lists that have expedited delivery. Not Applicable.

11c. Overnight and 2day delivery. The Contractor will indicate whether overnight and 2day delivery are available. Also, the Contractor will indicate that the schedule customer may contact the Contractor for rates for overnight and 2day delivery.

Yes.

11d. Urgent Requirements. The Contractor will note in its price list the Urgent Requirements clause of its contract and advise agencies that they can also contact the Contractor s representative to effect a faster delivery. Yes.

12. F.O.B. point(s). Destination.

13a. Ordering address(es). Talson Solutions, LLC

306 Market Street, 4th Floor

Philadelphia, PA19106

Fax 215-592-9636

13b. Ordering procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA s), and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules).

14. Payment address(es). Talson Solutions, LLC

306 Market Street, 4th Floor

Philadelphia, PA19106

15. Warranty provision. None.

16. Export packing charges, if applicable. Not applicable.

17. Terms and conditions of Government purchase card acceptance (any thresholds above the micro-purchase level). Not applicable

18. Terms and conditions of rental, maintenance, and repair (if applicable).

Not applicable.

19. Terms and conditions of installation (if applicable). Not applicable.

20. Terms and conditions of repair parts indicating date of parts price lists and any discounts from list prices (if applicable). Not applicable.

20a. Terms and conditions for any other services (if applicable). Not applicable.

21. List of service and distribution points (if applicable). Not applicable.

22. List of participating dealers (if applicable). Not applicable.

23. Preventive maintenance (if applicable). Not applicable.

24a. Special attributes such as environmental attributes (e.g., recycled content, energy efficiency, and/or reduced pollutants). Not applicable.

24b. If applicable, indicate that Section 508 compliance information is available on Electronic and Information Technology (EIT) supplies and services and show where full details can be found (e.g. contractor s website or other location.) The EIT standards can be found at: Not applicable.

25. Data Universal Number System (DUNS) number. 03-980-1829

26. Notification regarding registration in Central Contractor Registration (CCR) database. Yes.