Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16, 2001 PSA #2809
SOLICITATIONS

R -- EXECUTIVE-LEVEL CONSULTANT

Notice Date
March 14, 2001
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
ZIP Code
20745
Solicitation Number
TIRNO-01-Q-S1S00
Response Due
March 21, 2001
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511, Email sharlene.a.hagans@m1.irs.gov
E-Mail Address
Sharlene Hagans (sharlene.a.hagans@m1.irs.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNO-01-Q-S1S00 and is being issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The Internal Revenue Service has a requirement for an individual to provide consulting services as an executive level consultant to the Examination Business Process Reengineering (BPR) Project Director. The long-term goals of the Examination BPR are the development and implementation of a streamlined examination process which will: (1) reduce taxpayer time and expense in dealing with the IRS; (2) increase Small Business/Self-Employed (SB/SE) effectiveness and timeliness in examining returns, collecting taxes, and resolving taxpayer issues, and; (3) reduce and redirect expenditures within SB/SE to improve operational results. The key objective of the executive consultant, through the work products described below, is to ensure that all of the products delivered by the Project Office, as well as the Prime and its subcontractor, are accurate, comprehensive, and meet the needs and program goals of SB/SE for reengineering its examination process. The Executive consultant shall work in partnership with the Prime contractor (Booz-Allen & Hamilton, Inc.) and its subcontractor. The executive consultant_s duties include: CLIN 001: Assessing the project deliverables (work plan, best practices, stakeholder analysis, and examination strategy (with particular focus on case selection and identification)) and documenting in writing the extent to which these deliverables support a valid approach for SB/SE to take in the reengineering process; CLIN 002: Assessing content and quality (adequacy, completeness, consistency, correctness) of the project deliverables; CLIN 003: Assessing consistency with technical work plans and deliverables; and CLIN 004: Attending executive briefings and executive level and contractor_s meetings. Reports/Delivery Schedule/Type of Deliverable: The contractor shall CLIN 005: Assess examination strategy (work to date) within 60 days from award. Written report _ assess product validity and make recommendations; CLIN 006: Assess best practices analysis and stakeholder analysis within 90 days from award. Written report _ assesses value of products and makes recommendations; CLIN 007: Evaluate proposed direction for examination BPR within 120 days from award. Written report _ focus on immediate targets, vulnerabilities, pros and cons. The Government Project Manager will notify the contractor of the deliverable acceptance or provide comments in writing within 14 government workdays of receipt of a deliverable. Within 10 government workdays thereafter, the contractor will resubmit the final deliverable to the Government Project Manager. The contractor shall price local travel expenses since all work performed will primarily be within the greater Washington Metropolitan area. Local travel defined as travel within the greater Washington Metropolitan area. These costs will not be reimbursed separately by the Government. Minimal long distance travel expenses are anticipated for this task, and must be authorized by the Government Project manager. To the extent such travel is authorized, it will be reimbursed separately. The contractor shall work primarily in the greater Washington, DC Metropolitan area. Primary posts of duty will be Washington, DC 20224; Oxon Hill, MD 20745 (until May/June); and Lanham, MD 20706 (beginning May/June). Period of performance shall commence on or about April 1, 2001 and ends 120 days later. The contract with the Prime and its subcontractor for the Examination BPR is designed as a series of optional tasks to be exercised by the Government. If the Government exercises its option for Phase 2 of the Examination BPR, the Government also intends to exercise an option in this executive consultant contract for an additional 60 days; the specific deliverables are: CLIN 008: Preliminary Assessment of Reengineering within 135 days from award. Written report shall assess progress to date, focusing on vulnerabilities, and recommend any redirection, if needed; CLIN 009: Final Assessment of Reengineering within 180 days from award. Written report shall provide summary assessment of the progress to date, focusing on the continuing validity of the effort, and make final recommendations regarding future implementation. The following criteria shall be used to evaluate offers: (1) Demonstrated knowledge of, and executive experience in, administering the Federal tax laws; (2) In-depth knowledge of the IRS business systems and processes at the field and national levels, with a full understanding of all aspects of the examination function as it relates to or affects small business taxpayers; (3) Executive experience in and/or with the IRS Examination function. The following incorporated clauses and provision are applicable to this acquisition. FAR 52.212-1, Instructions to Offerors _ Commercial, and 52.212-2, Evaluation -- Commercial items. Offerors shall also include a fully executed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications_Commercial Items with their offer; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Term and Conditions Required to Implement Statues or Executive Order-Commercial Items; 52.224-1, Privacy Act Notification and 52.224-2, Privacy Act. Internal Revenue Service Acquisition Procedures (IRSAP) 1052.224-9000, Disclosure of Information _ Safeguard, IRSAP 1052.224-9001, Disclosure of Information _ Criminal/Civil Sanctions. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. Per FAR 12.603(b), the SF 1449 is not used. All responsible sources who can provide the above requirements shall submit written quotation no later than 7 days from the posted date of this announcement. No solicitations will be issued, therefore such requests for solicitations will be considered non-responsive. This requirement is 100% set-aside for small business concerns. Evaluation/award will be based on price and other factors. All quotes shall include price(s); FOB point; a POC (name and telephone number); GSA contract number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile (202) 283-1512, mail or e-mail Sharlene.A.Hagans@irs.gov.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=TIRNO-01-Q-S1S00&L=1764)
Record
Loren Data Corp. 20010316/RSOL008.HTM (D-073 SN50G1Q1)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on March 14, 2001 by Loren Data Corp. -- info@ld.com