Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

R -- Data Collection Report and Feasability Research Reports for Insuring Dedicated Energy Crops

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
GovPay Electronic Invoicing at http:www.govpay.gov e-mail: HelpDesk@govpay.gov Phone: 703-964-8802 99999
 
ZIP Code
99999
 
Solicitation Number
N10PS18199
 
Response Due
3/1/2010
 
Archive Date
2/5/2011
 
Point of Contact
Don Abamonte Contracting Officer 7039643645 donald.abamonte@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in the notice and following the Simplified Acquisition Procedures in FAR Part 13.5 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES 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 (FAC) 2005-38 published 10 December 2009. The US Department of Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD), is issuing this solicitation, Number N10PS18199 as a Request for Quote (RFQ) on behalf of the US Department of Agriculture, Risk Management Agency (USDA-RMA) This acquisition is a 100% small business set-aside under NAICS code 524298, size standard is $7.0 million. Potential vendors, prior to submitting a quote, need to ensure that the above stated NAICS Code is listed under their respective DUNS number in the CCR database. The objective of this contract is to obtain analysis and determine the feasibility and issues related to insuring energy crops. The contractor shall produce a research report that determines the feasibility of developing an insurance program and recommends the most viable type of insurance program. If any are feasible, the program evaluation entails an evaluation of the Program performance and may result in recommended changes. The period of performance for this requirement is anticipated to be eight (8) months after date of award. The resultant award shall be a Firm-Fixed-Price (FFP) Order. THIS IS A 100% SMALL BUSINESS SET-ASIDE. The Service Contract Act applies to this acquisition. Since the place of performance is unknown, all Offerors shall inform the CO of their intention to quote by February 12, 2010. NAICS Code 524298 entitled, "All Other Insurance Related Activities," with a $7.0 million size standard threshold. Product Service Code R409 entitled, "Prof. Services/Program Review-Development." CLOSING DUE DATE: March 01, 2010TIME: 2:00 P.M. EASTERN TIME (ET) INSTRUCTIONS TO OFFERORS Quotations shall consist of separate written Technical and Price quotes. Offers must include the following information in a cover letter or on the title page of their technical and price quote: 1. Tax Identification Number (TIN)2. Dun & Bradstreet Number (DUNS)3. North American Industrial Classification System (NAICS) Code4. Product Service Code (PSC)5. The validity period of the quote (Offeror's quote(s) must be valid for at least 60 calendar days) Offeror's must also ensure that their firm is registered with the Central Contractor Registration (CCR). For information, refer to http://www.ccr.gov. All Offeror's quotations shall cite the RFQ Order Number and project title. The quotation shall also list the Offeror's point of contact for this project including name, title, address, phone number, and email address on the title page of each volume. All Offerors must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered on the ORCA website, it must be indicated in the offer. The Offeror's written quotation shall be submitted in two (2) separate volumes: Technical and Pricing. As an addendum to FAR 52.212-1 titled, "Instructions to Offerors--Commercial Items" Offerors are instructed to submit quotations as following: Part I: Technical Submission Technical quotes are limited to 20 pages, on standard letter-size paper. All pages shall have a minimum of a 1-inch margin on the top, bottom, left, and right. Page numbering, offeror identification, and disclaimers may be placed in the 1-inch margin. Font size shall be no smaller than 12 point. The 1-inch margin required for text pages is not required for foldouts. Electronic versions of the quote shall be submitted in Microsoft Word, Excel, and Project, as appropriate. The Government will not count the following documents toward the 20 page limit:Charts, Tables and Graphs (when on separate pages)Letter of Transmittal (cover letter).Title Pages.Divider Pages.Table of ContentsList of Exhibits IMPORTANT: No Price or Cost data should be in the Technical quote Technical Quotes shall contain the following elements: Technical Proposal: In response to this solicitation, offerors shall submit a technical proposal that contains their proposed solution(s) to the SOW objectives. The technical proposal shall include: Technical Approach, containing a technical discussion covering the following points: An explanation of the steps the offeror would take and the methodology to be used to collect data on dedicated energy crops. An explanation of the steps the offeror would take to research the issues related to insuring edicated energy crops. A discussion of the techniques the offeror would use to assess and quantify the risk associated with insuring dedicated energy crops and determining the feasibility of coverage, including the anticipation of limited data.A list of key personnel and resumes (those who would have primary responsibility for performing and/or managing the effort, including subcontractors) with their qualifications and specific experience; and specific organizational experience for previous work of this nature that the key personnel or organization have performed within the last five (5) years. Individual team member listings shall be limited to one page, utilizing at least 12-point font.Organization and proposed key personnel can successfully complete this project. Project Management Plan containing: A work breakdown structure (WBS) organized around the contract deliverable, and identifying work activities (tasks) down to the work package level, and labor resource estimates (categories and hours) assigned to each task; The delivery schedule, in number of calendar days the deliverables are to be delivered to RMA from contract award or project start date; Quality Control Plan that details how the offeror will identify and maintain quality standards, keep the project on time during each task, and monitor and report task progress. The plan shall include: A method to monitor and report task progress;A detailed narrative specifying the quality control progress flow including who reviews, rejects, or accepts work and how that information is reported, stored, and processed;What corrective actions will be taken to meet deliverable due dates if the task is off schedule; and A quality control matrix of the productive hours each skill type will devote to quality control on each task. Assumptions and Conditions. The Offeror shall detail all assumptions and conditions upon which the Offeror's quotation is based. If no assumptions or conditions are taken by the Contractor, this section should include the statement, "No assumptions or conditions are taken." All Offerors must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered on the ORCA website, it must be indicated in the offer. Part II: Past Performance Past performance offers information relevant to help the Government gauge the experience of the vendor in providing the required services. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success for the required effort. The Government will evaluate the quality of previous work products the Offeror and its key personnel have produced on efforts similar to the size, scope and complexity of requirements within this statement of work and the organization's history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget; the organization's specific experience working with clients in the business of developing crop insurance programs or similar programsThe areas of consideration when evaluating past performance is but not limited to the following categories: Quality of Product or Service, Cost Control, Timeliness of Performance and Business Relations. Please ensure that the telephone numbers listed are correct and active for all points of contact listed prior to submission. The Government may also consider information obtained through other sources and will utilize the Past Performance Information Retrieval System (PPIRS). In addition, the contractor has the opportunity to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. This solicitation shall also authorize offerors to provide information on problems encountered on the identified contracts and the offeror corrective actions. For these awards, please list the following: A list of three (3) references for contracts performed within the last three (3) years for the Federal Government and/or commercial customers that demonstrate recent and relevant past performance for the type of work described in this Statement of Work. Usefulness and value of the services and products delivered (e.g., recommendations in previous work products were generally adopted); The key objectives and initial intent of the contracts were met (customer expectations); Previous work products contained relatively few substantial deficiencies; and the requested corrections were quickly and correctly made or satisfactorily explained; Previous work products contained detailed, logical, and insightful analysis and recommendation, use of appropriate statistical methods, insight into potential program vulnerabilities, etc. Include the following information: Project title and description;Contract number, type of contract, and amount;Government agency or organization;COTR's name address, telephone number and e-mail address;Current status; e.g. completed and/or if in progress, start and estimated completion dates.)Key personnel; and (please highlight those individuals who worked on the relevant project(s) and are also being proposed for this effort.)A brief narrative of why you deem the reference to be relevant to this effort and the SOW paragraph to which the reference applies. Problems encountered Note: The government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the Contractor's past performance as it relates to the probability of success of the required effort. If a Contractor does not have past performance information they will be provided a neutral rating. Part III: Price Quote Offerors are to provide a fixed price proposal with a breakdown as follows: 1-3 crops researched4-6 crops researchedOver 6 crops researched The Price and Cost (Business) Proposal shall be separate from the technical proposal and must include a price breakdown which includes not only the total price per deliverable and total contract price, but also shows the labor categories and charges, other direct costs, travel expenses and miscellaneous or material costs for deliverables and major components of deliverables in order to facilitate the Government's assessment of cost realism and performance risk. This is also to include any possible Travel and Other Direct Costs that may be required. The price/cost proposal must include the following: Prices for all work identified in this solicitation, along with labor categories and charges, other direct charges, travel expenses and methodology for determining travel costs, and other direct costs shall be shown for the deliverables and major components of deliverables in order to facilitate the Government's assessment of cost realism and performance risk. Subcontractors, Consultants, and Subject Matter Experts (SME's): Each offeror's written price/cost proposal shall contain the following information for each subcontractor, consultant, and SME that will provide work under this proposal; Name of the company or individual;Type of work, hourly rate, and number of hours;Total cost to the Government Payment Schedule: The proposed payment schedule may correspond to actual deliverables submitted under the contract. Travel will be reimbursed at actual costs during performance. The following certifications, provisions, clauses, statement of work that apply to this acquisition and are included in documents listed below that apply to this solicitation, which are available to view at http://www.aqd.nbc.gov/solic/solicitations.asp PROVISIONS AND CLAUSES PROVISIONS AND CERTIFICATIONSA. 52.252-1 Provisions Incorporated by Reference (Feb 1998)B. 52.212-1 Instructions to Offerors--Commercial Items (Jun 2008)C. 52.212-2 Evaluation - Commercial Items (Jan 1999)D. 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009)E. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) CLAUSES, STATEMENT OF WORK AND ATTACHMENTS1. Statement of Work 2. 52.252-2 Clauses Incorporated by Reference (Feb 1998)3. 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009)4. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Feb 2010)(a) 1,2 and 3.(b) 1,8,10,12,18,19,20,21,22,23,24,25,26, and 38(c) 1 and 2(d) and (e)5. 52.203-3 Gratuities (Apr 1984)6. 52.203-8 Cancellation, Recission, and Recovery of Funds for Illegal or Improper Activity (Jan 1997)7. 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997)8. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007)9. 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000)10. 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Sep 2006)11. 52.217-8 Option to Extend Services (Nov 1999)12. 52.222-49 Service Contract Act - Place of Performance Unknown (May 1989)13. 52.217-14 Rights in Data - General (Dec 2007)14. 52.227-17 Rights in Data- Special Works (Dec 2007)15. 52.232-23 Assignment of Claims (Jan 1986)16. 52.233-2 Service of Protest (Sep 2006)17. 52-242-13 Bankruptcy (Jul 1995)18. 52.253-1 Computer Generated Forms (Jan 1991)19. PP05-05 GovPay E-Invoicing The full text of the provisions and clauses are available at: http://www.arnet.gov/far/ or http://farsite.hill.af.mil or at www.acqnet.gov. Instructions for Submission: Offerors must submit Technical and Price Quotes in separate volumes, electronically, via email to donald.abamonte@aqd.nbc.gov by the closing date of March 01, 2010 by 2:00 P.M. Eastern Time (ET). Offerors are advised that failure to submit a response by this date and time may result in their quotation not being considered. Use the subject line of the e-mail RFQ N10PS18199 NOTE: Due to email server and pipeline limitations, please limit the size of each email with attachments to 10MB. If the Offeror does not have access to email, offers must be mailed to:NBC/Acquisition Services Directorate (AQD)Attn: Donald Abamonte 381 Elden Street, Stop Suite 4000Herndon, VA 20170 Please be advised that Acquisition Services Directorate is located in a secure building. If offers are hand delivered, please ensure the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call the Point of Contact listed above on phone no. (703) 964-3645. A staff member will meet the courier to receive the submittal. TECHNICAL QUESTIONS Offerors must submit all technical questions concerning this solicitation in writing (e-mail is acceptable) to the Contracting Officer, donald.abamonte@aqd.nbc.gov. All questions must be received no later than 2:00PM Eastern Time February 11, 2010. No telephonic or facsimilie questions will be entertained. Acquisition Services Directorate will answer questions, which may affect offers in an amendment to the solicitation. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. The Offeror or source of the question will not be referenced when issuing an amendment to the solicitation. BASIS FOR AWARD The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award without discussion/negotiations of submissions received under this solicitation. The Government reserves the right to request additional information as may be necessary to determine the prospective offeror's qualifications for and award or to clarify any aspects of the technical or price submissions. Such information shall be furnished promptly upon the government's request. Accordingly, prospective offerors should submit their submissions initially on the most favorable terms possible from both a technical and pricing standpoint. The Government reserves the right to make an award to other than the low priced quoter if the superior technical submission, or the submission indicating a reduced performance risk, warrants paying a premium. Award will be made on a "Best Value" basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13c8a1635266115d58d67a11ca0bda7f)
 
Place of Performance
Address: To be determined at time of awardUSDA-RMAKansas City MO
Zip Code: 641416205
 
Record
SN02059771-W 20100207/100205235914-13c8a1635266115d58d67a11ca0bda7f (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.