Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

B -- Conduct research, evaluate, and provide Final Report

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0403RP73343
 
Response Due
8/28/2003
 
Archive Date
8/6/2004
 
Point of Contact
Debra Hoffman Contract Specialist 7037871475 Debra.Hoffman@MMS.GOV;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
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 Federal Acquisition Regulations Subpart 12.6 and the provisions of Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. The following provisions and clauses apply to this acquisition and are incorporated by reference: 1) 52.212-1, Instructions to Offerors-Commercial; 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items, with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Solicitation Number 1435-04-03-RP-73343 applies; the solicitation is issued as a request for proposals (RFP). The Contractor shall conduct research, evaluate, and recommend the most actuarially appropriate basis for establishing T Yields, including any variations or exceptions that might occur by plan of insurance, crop, area, etc. It must be feasible to implement via an automated process and to apply easily either to individual entries or to large masses of data. In addition, a frequency basis for periodic updates is required. Furthermore, the study shall include a recommendation for implementation and quantified impact analysis to producers. The recommendation shall provide strengths and weaknesses of the actuarial design in relation to establishing the T Yields that will be printed on the RMA actuarial documents. The work will require skills and experience in project planning, scheduling, and quality control; computer programming, statistics, economics, econometrics and actuarial science; research; critical thinking; innovative problem solving techniques; oral presentations; report writing; and various software product applications, including but not limited to, Microsoft. The task will also require travel. The Government anticipates that this will be a fixed price award in the range of $210,000-$270,000, and reserves the right to award without discussions. Offeror(s) shall include quality control standards for the successful accomplishment of the required tasks, a method to monitor and report task progress, corrective actions to be taken to meet deliverable dates if tasks are off schedule, and a quality control matrix of the productive hours for each skill type that will be devoted to quality control on each. FOR AN ELECTRONIC COPY OF THE COMPLETE SOWs FOR THIS RFP, PLEASE GO TO http://www.govworks.gov/vendor/csolicit.asp AND LOOK UP THIS RFP NUMBER: 1435-04-03-RP-73343. Period of Performance: See specific SOW documents for details. HOW TO RESPOND: In order to compete for this contract, interested parties must demonstrate that they are qualified to perform the work by providing (A) A CAPABILITIES STATEMENT detailing: (1) your key personnel (those who would have primary responsibility for performing and/or managing the effort, including subcontractors) with their qualifications and specific experience; (2) specific organizational experience for previous work of this nature that your key personnel or organization have performed within the last two years; and (3) overall past performance including specific references (include contract number & project description, period of performance, dollar amount, client identification with the point of contact & telephone number). References will be checked. Capabilities Statements will be evaluated based on; (i) key personnel skills, abilities and experience; (ii) your organization's experience and (iii) past performance (including number, size, and complexity of similar projects), adherence to schedules and budgets, effectiveness of program management, willingness to cooperate when difficulties arise, general compliance with the terms of the contracts, and acceptability of delivered products. (B) A TECHNICAL PROPOSAL that includes: (1) Discussion of the background, objectives, and work requirements of the statement of work as analyzed by the Offeror; (2) Discussion of proposed methods and techniques for completing each task; (3) Discussion which supports how each task will be evaluated for full performance and acceptability of work from the Offeror's viewpoint. (4) Discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution. The Technical Proposal has a Page Limit of fifteen (15) pages, excluding all charts and graphs. Any documentation in excess of the fifteen (15) page limit will not be evaluated. (C) A COST PROPOSAL, which shall be a separate volume from the written portion of the Technical Proposal. The Cost Proposal shall clearly indicate the proposed labor categories, hours, and rates for this effort. (D) The completed OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS per FAR subpart 52.212. EVALUATION. Please see the SOW document for the evaluation criteria and proposal preparation instructions. CONTRACT AWARD. Contract award(s) shall be made to the responsible Offeror(s) whose offer(s), in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. Please submit five (5) hard copy offers and an electronic copy of all documents on CD or diskette in Microsoft Office format to the following address. PROPOSALS ARE DUE BY 3:00 PM AUGUST 28, 2003, AT DEPARTMENT OF INTERIOR, MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN STREET, HERNDON, VIRGINIA 20170, ATTENTION: DEBRA HOFFMAN. Email copies of proposal documents will not be accepted. Please note that MMS/Gov.Works is located in a secure building. If offers are hand delivered, please ensure that the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call Procurement Operations on extension 1354. A staff member will meet the courier to receive the submittal. Questions should be sent via fax as soon as possible to: Debra Hoffman, Fax (703) 787-1022, or by e-mail: Debra.Hoffman@mms.gov. Please include with your question(s) your full name, the RFP number & title, your organization, complete address with telephone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. The referenced provisions and clauses can be viewed at www.arnet.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=108152)
 
Record
SN00395209-W 20030809/030807213925 (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.