Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2001 PSA #2941
SOLICITATIONS

B -- CONSULTING SERVICES TO PROVIDE ANNALYSIS AND ASSESSMENT FOR USPTO

Notice Date
September 19, 2001
Contracting Office
Patent and Trademark Office, Office of Procurement, Box 6, Washington, DC 20231
ZIP Code
20231
Solicitation Number
52-PAPT-1-01027
Response Due
October 9, 2001
Point of Contact
Ms. Gail Strickland, 703-305-8146
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far subpart 12.6, and Far part 15, as supplemented by the additional information stated below. This announcement constitutes the RFP and is the only solicitation that will be issued. All responses shall reference Solicitation No. 52-PAPT-1-01027. This requirement is a 100% set- aside for a certified 8(a) small disadvantaged business concern. USPTO anticipates award on a competitive basis via an Indefinite Delivery/Requirements type contract with firm fixed prices. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 97-27, as if stated in full text, as well as the terms and conditions of FAR 52.212-1, Instructions to Offerors. This is a competitive procurement which has been designated as a 8(a) small disadvantaged business set-aside utilizing NAICS 541611 with an annual size standard of $5.0M. A firm fixed price contract will be awarded as a result of this solicitation to perform and complete the tasks described herein. The total period of performance is for a one-year base period with options to extend the contract for four additional one-year periods, not to exceed a total of five years. The government reserves the right to make multiple awards, if deemed appropriate. The only work authorized under this contract is work ordered by the government through the issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered. However, during the term of the contract, a minimum of 1000 hours is guaranteed to be ordered to each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The USPTO anticipate the Indefinite-quantity contract (IDIQ) will have a stated minimum of 1000 hours and a Not to Exceed of 75,000 maximum hours for the total contract period inclusive of options. Work performed under this contract is subject to satisfactory negotiation of individual Task Orders. The services to be procured are as follows: This contract shall be used to obtain a wide range of auditing accounting and financial analysis services for the U.S. PTO. The Contractor shall provide the necessary and skilled personnel, facilities, and materials, except as otherwise specified, to perform the following services: Items: 1) Evaluate and analyze of existing records for receivables, payables; undelivered orders; and other account balances that shall be identified for conformance with federal accounting principles and standards; Department of Commerce and Patent and Trademark Office requirements. In addition, make recommendations or effect adjustments to ensure compliance. 2) Evaluate and analysis of existing recording of object classifications for conformance with federal accounting principle standards; Office of Management and Budget; Department of Commerce and Patent and Trademark Office requirements and make and effect adjustments to ensure compliance. 3) Evaluate and analyze of existing recording of assets, liabilities, revenues, expenses, obligations, and accrued expenditures to ensure conformance with the requirements of fund control and to determine causality of variances and changes. 4) Evaluate and analyze of existing recording of property, plant, and equipment (PPE), including PPE items initially charged as expense for conformance, with federal accounting principles and standards; Department of Commerce and Patent and Trademark Office requirements and effect adjustments to ensure compliance. 5) Evaluate existing recording of deferred revenues to ensure compliance with federal accounting principles and standards, Department of Commerce and Patent and Trademark Office requirements and make recommendations and adjustments to ensure compliance. 6) Perform a fluctuation analysis on, at minimum, expenses by vendor and object class; analyze general ledger data to identify unusual trends in account balances; and calculate and accumulate Office of Finance performance data for management analysis and Balanced Scorecard presentation. 7) Perform audits in accordance with standards promulgated by the American Institutes of Certified Public Accountants and the General Accounting Office. 8) Perform agreed upon procedure reports in accordance with standards promulgated by the American Institutes of Certified Public Accountants and the General Accountings Office. 9) Perform other related functions and projects in accordance with standards promulgated by the American Institutes of Certified Public Accountants and the General Accountings Office. 10) Perform financial forecasts and projections in accordance with the standards promulgated by the American Institutes of Certified Public Accountants and the General Accountings Office or in accordance with other applicable forecasting and projecting standards and conventions. 11) Perform other financial reviews, analyses, studies, accounting functions, duties, and responsibilities as may be necessary in relation to this statement of objective. Work to be performed by the Contractor shall be defined by a series of task orders that will specify the activities to be performed, the scope of the work, the schedule on which the work is to be performed, and the deliverables to be provided by the Contractor. The amount of work to be performed at the time of performance will be determined by the Contracting Officer, who will issue written task orders to the contractor. The Government will furnish or make available to the contractor any documentation or data deemed necessary to perform the required effort. Offerors' are required to provide price information that reflects the labor mix and hourly rate for each category proposed for services. Special Requirement: The offerors shall provide an outline of a plan for Performance Measurement as part of their proposals. This plan may include sections addressing Quality Control (QC), Quality Assurance (QA), performance measures, performance standards, methods of measurement (frequency, sample size, etc.) and reporting requirements. The offerors are encouraged to be creative with its response including methods to validate the various performance measurements. The contractor should address the positive and the negative impact of performance if the measure is/or not met. The contractor also, must address the effect of achieving over and above the performance measures and the potential incentive attached performance. The incentive and government plan of validation of the measure must be by mutual agreement between the USPTO and the offeror before the plan is implemented. Evaluation: The Government will award a contract resulting from this solicitation to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. The following factors will be used to evaluate offers: (A) Past Performance; (B) Technical Capability; and (C) Cost/Price. Factors A is more important than Factor B, and together Factors A and B are substantially more important than C. Past Performance will be evaluated as follows: Evaluation of past performance shall be based on information obtained from the contacts/references provided by the offeror, as well as any other information the Government may have or obtain from other sources. Past performance information should include recent and relevant efforts accomplished similar to this effort. Evaluation of Technical Capability will be based on the experience and qualification of the individuals specified to perform the services, as well as the offeror's understanding of the work to be performed. Additionally, technical capability will also include an evaluation of the offeror's recommended technical approach. Instructions/Notice of Offerors: Offerors' are requested to submit one (1) signed and dated original and four (4) copies of the proposal. The proposal shall be limited to 20 pages or less in size. The proposal shall be brief and concise but shall demonstrate the technical capability and understanding to perform the effort described herein as well as the required experience to accomplish the services required. The offeror shall also provide a brief explanation of the technical approach they would recommend for the accomplishment of the tasks described herein. Offerors shall include pricing information that reflects the proposed labor mix and hourly rates for each individual proposed as well as complete resumes and qualifications for each. The offeror shall identify three Federal, state or local government or private contracts under which the offeror has performed work similar to the statement of work contained herein. Past performance references should be current contracts or completed within the last three years. The offeror shall provide a point of contact, current telephone number and a fax number for each reference. These references must be submitted with the offeror's proposal on the due date stated herein. The USPTO may possibly require an Oral Presentation for the Offerors' determined to be with in the competitive range. The Oral Presentation will constitute discussion as defined in FAR 15.306. For this event, further information will be provided as to time, location and instructions. Proposals shall include a completed copy of the provision at 52.212-3 "Offeror Representation and Certifications Commercial Items". A copy of these representations and certifications may be obtained by contacting the person specified below or may be obtained at http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm The contract award will include the clauses cited at FAR 52.212-4 "Contract Terms and Conditions -- Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items". The terms and conditions of clauses 52.219-14 "Limitation of Subcontracting" -52.203-6, Restriction on Subcontractor Sales to the Government,52.219-8, Utilization of Small Business Concerns- 52.222-41 Service Contract Act of 1965, -Clause 52.222-43 Fair Labor Standard Act and Service Contract Act -- 52.222-26 Equal Opportunity -52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans -- 52.219-6 Notice of Total Small Business Set Aside" -52.232-34 Payment by Electronic Funds Transfer-other than central contractor registration -52.219-11 Special 8(a) Contract Condition -- 52-219-17 Section 8(a) Award and 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns. Agency Level Protest Procedures may be filed with the (1) Contracting Officer or (2) may be filed at a level above the Contracting Officer with the agency protest authority. Proposals shall be delivered to the Patent and Trademark Office, Office of Procurement, 2011 Crystal Drive, CPK 1, Suite 810, Arlington, VA 22202, Attention: Ms. Gail Strickland, no later than 2:00 PM (EST) on October 9, 2001. All offers shall state "52-PAPT-101027 " on the outside of the package. Late, facsimile or any form of electronic transfer proposal WILL NOT be accepted. The point of contact for information/questions regarding this solicitation is Ms. Gail Strickland at 703-305-8146. All questions pertaining to this synopsis should be e-mailed to: gail.strickland@uspto.gov for a response. Questions will be permitted from contractors with this solicitation until October 5, 2001 at 2:00 p.m. This cut-off date will allow the USPTO time to respond to all questions before the official proposal close date of October 9, 2001. The synopsis/solicitation will be available after September 21, 2001, on the Office of Procurement web site at http://www.uspto.gov/web/offices/ac/comp/proc/projanno.htm. Offerors' are responsible for monitoring the USPTO Office of Procurement and the CBD web site for the release of any amendments.
Record
Loren Data Corp. 20010921/BSOL002.HTM (W-262 SN50Y127)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on September 20, 2001 by Loren Data Corp. -- info@ld.com