Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

B -- Special Studies and Analysis - Not R&D

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Interior, MINERALS MANAGEMENT SERVICE, Procurement Operations Branch, 381 ELDEN ST, MS2510, HERNDON, VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-01-02-RP-85336 2004-2008 MMS Implementation Plan
 
Point of Contact
TERRY W. CARROLL, Procurement Technician, FAX 703-787-1009 or E-mail terry.carroll2@mms.gov
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this acquisition: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2000). This is a 100% small business setaside. NAICS code is 541618. The U.S. Department of Interior, Minerals Management Service (MMS) is soliciting a Request for Proposal for Solicitation Number 1435-01-02-RP-85336 MMS 2004-2008 Implementation Plan. The MMS Implementation Plan will chart a course for the bureau for the next five years, describe its goals and the strategies, initiatives, and activities to achieve the goals. The Department of the Interior (DOI) is developing a new Strategic Plan for 2004-2008. The DOI Strategic Plan will present DOI's goals, strategies and activities in an integrated document that will satisfy the requirements of the Government Performance and Results Act (GPRA) and OMB circulars. The separate MMS Implementation Plan will not be a GPRA plan but it is intended to be an implementation roadmap for employees to achieve the goals of the MMS. The MMS Implementation Plan will link to the end outcomes and intermediate strategies in the DOI 2004-2008 Strategic Plan. The MMS Implementation Plan will be based on logic models developed by its two major program areas: Offshore Minerals Management and Minerals Revenue Management. The MMS Implementation Plan should be no more than 45 pages, interesting to read, and easy to understand. It should present MMS's story from the corporate perspective and focus on our role in ensuring the nation's energy future, our partnerships with industry and other stakeholders, and our role in the international energy picture. MMS will construct all mission statements, goals, targets, and strategies. The contractor will edit, compose, design the presentation, develop charts and graphs and in general improve the clarity, brevity, and understandability of the document. While our primary audience is internal, the MMS Implementation Plan will also be a roadmap for other interested parties such as Congress. It will contain graphics and photos and be edited for plain English. Minerals Management Service intends to competitively award a firm fixed price contract for this effort. ESTIMATED LEVEL OF EFFORT: The government estimates a period of performance for this contract of five (5) months and an approximate cost not to exceed $60,000. SCOPE OF WORK: The Contractor shall: (1) edit, compose and design the presentation of the MMS 2004-2008 Implementation Plan. The Plan must: present MMS outcome goals, strategies, outputs and activities, and initiatives in a way that provides a roadmap for employees to achieve the goals of the organization; increase Congressional and public awareness of MMS' successes and the good job it is doing to manage the nation's mineral resources; present the Plan in an easy-to-read and understand format, enhanced with pictures and graphics to encourage readership. (2) develop charts and graphs and recommend graphics design and photo layouts; (3) improve the clarity, brevity and understandability of the document; (4) provide hard copy and MS Word format electronic copy of the MMS Implementation Plan; (5) deliver the MMS Implementation Plan in pdf file format for MMS to post on it's web site; (6) deliver the MMS Implementation Plan in GPO (Government Printing Office) print-ready format; (7) attend a kick-off meeting at MMS's Washington, D.C. headquarters shortly after the contract is awarded. DOI will provide to the contractor: strategic plan logic models from Offshore Minerals Management and Minerals Revenue Management containing statements of goals, strategies, activities; non-proprietary budget information appropriate to show integration of budget and performance; factual explanation of performance to date; statistical information; plans, public information documents, and working documents; other information as needed; access to MMS management for interviews. DELIVERABLES AND SCHEDULE: Contractor shall deliver the First Draft of the MMS Implementation Plan thirty (30) days after the kick-off meeting; deliver the Revised Draft of the MMS Implementation Plan thirty (30) days after approval of the First Draft; deliver the Final MMS 2004-2008 Implementation Plan in hard copy and electronic format, the PDF file and the GPO file thirty (30) days after approval of the Revised Draft. The Contractor shall: submit all deliverables on time; assure the Drafts are of high quality and do not require significant rewrites; and address all comments. The MMS Director and Deputy Director will approve the final product. HOW TO RESPOND: Offerors must submit a combined Capabilities Statement and Technical Proposal that includes samples of relevant and similar documents not to exceed twenty-five (25) pages, and a separate firm fixed price proposal not to exceed two pages. CAPABILITIES STATEMENT: In order to compete for this contract, interested parties must demonstrate that they are qualified to perform the work by providing a Capabilities Statement detailing: (1) your key personnel and organizational experience in writing high level government reports of similar scope and content; (2) past performance including specific references (include contract number & project description, period of performance, dollar amount, client identification with the point of contact & telephone number) for previous work of this nature that your key personnel or organization is currently performing or has completed within the last three years. Include samples of relevant and similar documents. References will be checked. TECHNICAL PROPOSAL: detail how you plan to approach the project and tasks; include a time schedule indicating benchmarks; specify key personnel, their specific functions and reporting relationships. Indicate who will be the primary point of contact for this project. COST PROPOSAL: this will be a firm fixed price type contract. The Cost Proposal must be a separate document from the Technical Proposal/Capabilities Statement. The Cost Proposal must not exceed two pages. EVALUATION CRITERIA: the following factors are considered roughly equal in value: (1) Contract Perception: overall comprehension of project needs and plan of execution;. (2) Experience: experience with writing government strategic implementation plans; quality of experience as demonstrated by familiarity with DOI's diverse missions; demonstrate an understanding of government reporting; (3) Organization's Personnel: currency of personnel working on similar projects; depth of experience working on projects related to writing government strategic implementation plans. (4) Past Performance: ability to timely complete projects, adhere to schedules and budgets, produce quality products delivered, and cooperation between key personnel and the client. Between proposals that are evaluated as substantially equal in quality, the price to the Government will be a major factor in selection for an award. The Government may not conduct negotiations so submit your best offer. Contract award shall be to the responsible Offeror, whose acceptable offer, conforming to this RFP, is most advantageous to the Government. Offerors shall submit their Proposals in original and four copies, by 4:30 P.M. eastern time Friday, SEPTEMBER 20, 2002 to: Minerals Management Service, 381 Elden Street, Procurement Operations Branch, MS-2500, Herndon, Virginia 20170-4817. Attention: Terry W. Carroll. Send questions by e-mail or fax as soon as possible to: Terry W. Carroll. Fax (703) 787-1009, e-mail: terry.carroll2@mms.gov. Please include with your question(s) your full name, the RFP number & title, your organization, complete address with telephone, e-mail and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACKNOWLEDGED NOR ACCEPTED. ADDRESS FOR RECEIPT OF OFFERS: Minerals Management Service, Procurement Operations Branch, Attention: Terry W. Carroll, 381 Elden Street - MS 2510; Herndon, VA 20170-4817.
 
Record
SN00158800-W 20020907/020905213847 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.