Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1999 PSA#2473

Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817

R -- DEPT. OF THE INTERIOR, MINERALS MANAGEMENT SERVICE 1999 ANNUAL REPORT SOL 17009 DUE 111799 POC Sandra McLaughlin, Contracting Officer, or Dotty Quinn, Procurement Technician, 703.787.1354 E-MAIL: Click here to e-mail the Contracting Officer, Sandra.McLaughlin@mms.gov. This notice is a combined synopsis/request for capabilities statement for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only public announcement; therefore, please read this entire notice and the instructions herein carefully. Capabilities statements are being requested and only those deemed most qualified will be given further consideration. If you submit a capabilities statement and make the best-qualified list, you will be requested to provide a brief oral presentation at Minerals Management Service's (MMS) Herndon, Virginia offices with approximately one week's notice. You will be given information on how to prepare for the oral presentation, and will be provided instructions for preparing a cost proposal, which will be due at that time. SCOPE: The Department of the Interior has prepared guidance for its bureaus to develop consolidated Government Performance and Results Act (GPRA) reports, to incorporate FY 1999 Annual Performance Reports. The section of MMS's report dedicated to annual performance will evaluate performance against a set of 22 annual goals identified by MMS. The goals are in two categories, one for each of MMS' major programs-the Offshore Minerals Management Program and the Royalty Management Program. In addition to the performance information that will be contained in the consolidated GPRA report, MMS intends to develop a separate "MMS 1999 Annual Report." This report will resemble a private sector annual report that will tell who we are and what we do, look at our past performance, and tell where we are going in the future. The report will tell an interesting, easy to understand story about MMS from a high-level, "corporate" perspective. It will describe how we have performed in FY 1999 and will be the first in a series of annual performance reports; as such, it should form the foundation for future performance reports. While our primary audience is Congress, the report will also be aimed at our customers in private industry and our other stakeholders, our employees, and the media. It will contain eye-catching graphics and be written in plain English. The objectives of this report include: Report on our actual FY1999 performance against our goals, and explain in a factual, positive manner why we underachieved (or overachieved) in some areas; increase Congressional and public awareness of MMS' successes and the good job MMS is doing to manage the nation's mineral resources; get the message out to our employees that what they are doing adds value and contributes to MMS achieving its mission; and enable MMS to continue to attract high-quality personnel to join the organization. STATEMENT OF WORK: The contractor will provide the following skills and services: Performance analysis; "Marketing" presentation (within the report) of MMS activities and performance; Professional writing and editing; Graphics design and layout; and printing. GOVERNMENT FURNISHED MATERIALS: MMS will provide FY 1999 performance data; Factual explanation of FY 1999 performance; Statistical information; Plans, public information documents, and working documents; Other information as needed; Access to MMS management for interviews, etc. DELIVERABLES: Draft "MMS 1999 Annual Report", revised draft "MMS 1999 Annual Report", Final, camera-ready "MMS 1999 Annual Report" and 1000 copies of the printed report. The Report will be approximately 20 pages, and must be final and ready for distribution by 3/31/2000. A CD-ROM (5 copies) will also be required. TRAVEL: Some travel to regional MMS offices and/or to offshore facilities may be required. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (25 pages or less, including resumes) Capabilities Statement by 4:00 PM, ET, Wednesday, November 17, 1999. Capabilities Statements must include (1) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience with this type of project (please specify a project manager as well). (2) Relevant organizational experience with this type of project. (3) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number.) If any negative references are anticipated, please flag them and provide any information to mitigate. References will be checked to validate the information provided. COST PROPOSAL: Will be requested of the most qualified offerors. Offerors must submit an original and two copies of their capabilities statement to Sandra McLaughlin, Minerals Management Service, Procurement Operations Branch 381 Elden St., MS 2510, Herndon, VA 20170-4817. Electronic transmissions are acceptable, but must be timely. EVALUATION CRITERIA: (1) The skills, abilities, education, professional credentials, and experience of proposed key personnel, especially as it relates to work of this nature. (2) The experience of your organization, including number, size, location of projects, and complexity of similar projects completed by the proposed project team and your organization to determine your potential for successful performance of the contract. (3) The past performance of your organization, including adherence to schedules and budgets, effectiveness of cost control, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a best value award decision. Price will be a factor, but technical factors are more important. Price to perform the basic work will be evaluated along with oral presentations. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 99), 52.212-4 (May 99), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (May 99). Offerors can retrieve these clauses on the INTERNET at www.gsa.gov/. Questions about this solicitation must be in writing and be submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 4:00pm ET, Wednesday, November 10, 1999. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Small Disadvantaged Business Regulatory Change Notice: The Federal Acquisition Regulation authorizes the use and price and evaluation credits in industries where SDB prime contractors and subcontractors have been underutilized. We ask that you inform your SDB subcontractors that they should contact SBA's Office of Certification and Eligibility at (800) 558-0884 to obtain an application, or to log on to SBA's Website (www.sba.gov.sdb). If you are an SDB prime contractor who is not SDB-certified, we also ask that you apply for certification. Effective October 1, 1998 certified SDB prime contractors were eligible for a price credit when bidding on Federal prime contracts. Effective January 1, 1999, prime contractors who contract with SBA-certified or self-certified SDBs are eligible for evaluation credits. Please note that prime contractors may continue to rely on self-certification of their SDB subcontractors through October 1, 1999. For solicitations issued on or after October 2, 1999, prime contractors must use SDB-certified SDB subcontractors in order to be eligible for evaluation credits. Posted 11/08/99 (W-SN399019). (0312)

Loren Data Corp. http://www.ld.com (SYN# 0079 19991110\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page