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