SOLICITATION NOTICE
B -- Research and Feasibility Studies in Support of the Federal Crop Insurance Program for Raisins
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0403RP73312
- Response Due
- 9/23/2003
- Archive Date
- 8/20/2004
- Point of Contact
- Dick Bolick Contract Specialist 7037871395 richard.bolick@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
- This Solicitation was previously synopsized under Reference-Number-PR73754. The Department of the Interior Franchise Fund activity GovWorks, intends to competitively award a contract on behalf of the Department of Agriculture Risk Management Agency (RMA) to conduct research and perform evaluations with the objective to Task A: To determine the feasibility of including the DOV production method as an insurable practice under the raisin crop insurance program. Task B: To 1) identify and evaluate design weaknesses in the current raisin crop insurance program that render it vulnerable to waste, fraud and abuse. Task C-Optional: Upon RMA's approval of Contractor's recommendation for Task A and or Task B, 1) provide specific program lanquage to implement the recommended design improvements for the evaluation of the raisin crop insurance program, and 2) to incorporate into the evaluation of raisin crop insurance program design the recommendations regarding the DOV production method. The Contractor shall produce research reports that address each issue. Within the reports, the contractor shall discuss all strategies; the process used to eliminate each strategy from further consideration; and the justification used to select the recommended strategy in relation to development of stated methods. The work will require skills and experience in project planning, scheduling, and quality control; interviewing techniques, categorizing, analyzing and summarizing verbal information; data collection an data analysis; research; critical thinking; innovative problem solving techniques; oral presentations; report writing; and, utilizing Microsoft Office applications. The task will also require travel. The Government anticipates that this will be a Time and Materials Award for Tasks A and B in the range of $120,000 - $165,000, Firm Fixed Price for Task C in the range of $50,000-$75,000, and reserves the right to award without discussions. If you intend to make an offer you MUST submit a proposal for all three tasks. Proposals will be evaluated on firm and option tasks. FOR AN ELECTRONIC COPY OF THE COMPLETE SOW FOR THIS RFP, PLEASE GO TO http://www.govworks.gov/vendor/csolicit.asp AND LOOK UP THIS RFP NUMBER: 1435-04-03-RP-73312. 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, rates, ODC's and travel 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 SEPTEMBER 23, 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=110308)
- Record
- SN00409014-W 20030823/030821214039 (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 |