Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
SOLICITATION NOTICE

R -- Budget Services

Notice Date
10/26/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Dept of the Interior - National Business Center Washington DC Acquisition Branch MS1324 1849 C Street NW Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
NBCR07002
 
Response Due
11/3/2006
 
Archive Date
10/26/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Department of the Interior, National Business Center (NBC), intends to award a sole source contract to Rodger Cotting in accordance with FAR Part 6.302-3: expert servicess. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The associated NAICS code for this procurement is 921130. The United States Department of the Interior/National Business Center/Office of the Secretary, pursuant to the requirements at FAR 12.603, hereby issues this combined synopsis and solicitation. The closing date for this combined synopsis/solicitation is Novemer 3, 2006, 4:00 pm ET Contract Type Fixed Price (to be invoiced monthly) Period of Performance Date of award thru September 30, 2007 Travel The contractor shall be reimbursed for travel expenses and lodging associated with travel associated with this requirement. Reimbursement is pursuant to existing federal travel regulations (FTR)r. Travel must be pre-approved by the Contracting Officer's Technical Representative (COTR) and the Contracting Officer (CO). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-12. Federal Acquisition Regulation (FAR) Clauses incorporated by reference 52.212-1 52.212-2 52.212-3 52.212-4 52.212-5 Full text of the above referenced FAR clauses can be found via http://www.acqnet.gov Evaluation In accordance with FAR 52.212-2, Evaluation - Commerical Items, proposals will be reviewed and evaluated in order to find the overall best value for the Government (FAR 15.101-1 - Tradeoff Process). The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objective, with a realistic and reasonable cost. The tradeoff process will be used to determine best value. The Government is not required to list evaluation factors in order of importance or to assign percentage values; however, when combined, technical capabilities and past performance are more important than price alone. The Government will not; however, pay a significantly higher price to obtain only slightly greater technical capabilities. This is NOT a request for competitive quotes, however, interested parties may identify their interest and capability to respond to the requirement or submit proposals. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. If not affirmative written response is received, the contract will be awarded without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Evaluation of offers shall not obligate the Government to compete the requirement. Commercial Items clauses will be incorporated into the award Purchase Order. Notification of changes shall be made only via FedBizOpps. OFFERORS ARE REQUIRED TO SUPPLY A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS--COMMERICAL ITEMS OR INDICATE THAT THEY ARE REGISTERED IN ORCA--refer to: orca.bpn.gov INSTRUCTIONS TO OFFERORS The offeror shall submit their proposals in separate two volumes: (a) technical proposal and (b) price proposal. Volume (a), technical proposal, shall provide the following: " Technical capabilities which support the ability to perform all identified tasks " Contractor qualifications " Past Performance (Organizational experience) Volume (b), price proposal, shall provide the contractor's price per CLIN (as prescribed in the attached SOW). There is a 10 (ten) page limit to the technical proposal. Alll offerors MUST be registered and certified in the Central Contractor Registration (CCR). Further instructions can be found at www.ccr.gov. In your proposal you must address your knowledge, skills and abilities as they pertain to all requirements. Provide a list of all relevant education and work related experiences that support your candidacy for this position. You must provide references (name and contact information) of all relevant past performance that supports your qualifications. The Government intends to make a contract award without discussions; however, the Government reserves the right to conduct discussions/negotiations if it deems appropriate/necessary. Prospective Offerors that submit proposals do so at their own expense. The Government will make no compensation for costs incurred in the preparation and submission of proposals by Offerors. Proposals and all supporting documents may be submitted via e-mail to: tiffany _ a _ lopez@ nbc.gov. Any and all questions regarding this combined synopsis/solicitation must be forwarded to the Contracting Officer via e-mail only. Telephone inquiries will not be accepted. Statement of Work The Contractor must demonstrate the following qualifications: Unique requirements to provide these services is based on education, experience and knowledge, which includes: 1. Unique understanding and knowledge of each of the bureau's law enforcement and security programs 2. Knowledge of Interior's bureau budget operations and procedures 3. Knowledge of Interior's budget and performance integration process, strategic plan development and activity based costing (ABC/M) efforts which allow for assistance in budget/performance presentation and revision of law enforcement strategic plans and help coordinate bureau law enforcement plans. 4. Knowledge of House and Senate bill and report language and their impact on the availability of budget authority and presentation of law enforcement and security budget initiatives. Some of the specific work products expected will be: 1. Assisting PLE staff with developing an internal operating budget and distributing allocations; monitoring monthly financial reports and making recommendations for adjustments; coordinating an internal mid-year financial review and an end-of-year financial close out. 2. Analyzing program outcomes at various funding levels; conducting research and developing options; and making recommendations for justifications for presentation of the 2008 President's budget and 2009 OMB request. 3. Assisting with development of revised Strategic Plan for PLE and bureau Law Enforcement, Security and Emergency Management offices; analyzing workforce statistics and recommend human resource allocations; analyzing work performance outputs and recommending performance measurements. 4. May be required to conduct analytical review of bureau field office law enforcement activities. Contract Line items are as follows: CLIN 0001 Current FY Operating Budget Analysis and Coordination CLIN 0002 Budget Formulation, Presentation, Justification and Support Activity CLIN 0003 Strategic Planning, Human Resource and Performance Measurement Analysis and Coordination Support CLIN 0004 Travel (Limited travel may be required to conduct analytical review of bureau file office law enforcement activities. )
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=199323)
 
Place of Performance
Address: Office of Law Enforcement, Security, and Emergency Management (PLE)
Zip Code: 20240
Country: US
 
Record
SN01171460-W 20061028/061026220854 (fbodaily.com)
 
Source
FedBizOpps 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.