Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2003 FBO #0743
SOLICITATION NOTICE

B -- Review USDA Risk Management Agency's APH Rating Model and Provide Recommendations to Ensure Actuarially Sound Procedures and Calculations in Determining and Applying Exponential Parameter and Type/Practice Factor Estimates

Notice Date
12/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0404RP32971
 
Response Due
12/29/2003
 
Archive Date
12/7/2004
 
Point of Contact
Richard P. Bolick Contract Specialist 7037871395 richard.bolick@mms.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
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY, AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6 and the provisions of Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. The following provisions and clauses apply to this acquisition and are incorporated by reference: 1) 52.212-1, Instructions to Offerors-Commercial; 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items, with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Solicitation Number 1435-04-04-RP-32971 applies; the solicitation is issued as a request for proposals (RFP). BACKGROUND: Under the Federal Crop Insurance Corporation's (FCIC) Actual Production History (APH) rating model, a unit's rate is a function of its location, the crop, the crop type, the applied cropping practice, the coverage level, and the unit's approved yield relative to the associated reference yield. The USDA Risk management Agency (RMA) attempts to match the appropriate premium to the risk associated for a given yield within a county. RMA currently does this by using type and practice factors and through the application of an exponential parameter. The exponential parameter is a measure of elasticity. The yield elasticity of premium rate shows how the premium rate responds to a change in yield. The type and practice factor shifts the county rate, prior to the application of the exponential parameter when determining a unit's rate. The multitude of variables, along with RMA's current actuarial procedures, creates complexity and questions in determining the most appropriate rate for a given unit and yield. The goal of this procurement action is to review RMA's APH rating model and provide recommendations in the form of a mathematical description to ensure actuarially sound procedures and calculations in determining and applying exponential parameter and type/practice factor estimates. The Government anticipates that this will be a firm fixed price award, and reserves the right to award without discussions. The Government cost estimate for this project is based on approximately 1560 professional labor hours of effort. FOR AN ELECTRONIC COPY OF THE COMPLETE SOO FOR THIS RFP, PLEASE GO TO http://www.govworks.gov/vendor/csolicit.asp AND LOOK UP THIS RFP NUMBER: 1435-04-04-RP-32971. Period of Performance: See specific SOO documents for details. HOW TO RESPOND: In order to compete for this contract, interested parties must demonstrate that they are qualified to perform the work by providing, (A) A CAPABILITIES STATEMENT detailing: (1) your key personnel (those who would have primary responsibility for performing and/or managing the effort, including subcontractors) with their qualifications and specific experience; (2) specific organizational experience for previous work of this nature that your key personnel or organization have performed within the last two years; and (3) overall past performance including specific references (include contract number & project description, period of performance, dollar amount, client identification with the point of contact & telephone number). References will be checked. Capabilities Statements will be evaluated based on; (i) key personnel skills, abilities and experience; (ii) your organization's experience and (iii) past performance (including number, size, and complexity of similar projects), adherence to schedules and budgets, effectiveness of program management, willingness to cooperate when difficulties arise, general compliance with the terms of the contracts, and acceptability of delivered products. (B) A TECHNICAL PROPOSAL in accordance with the proposal instructions in the SOO. (C) A COST PROPOSAL, which shall be a separate volume from the written portion of the Technical Proposal. The Cost Proposal shall clearly indicate the proposed labor categories, hours, ODCs, travel,and material for this effort. (D) The completed OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS per FAR subpart 52.212-3. (E) Verification that the Offeror is currently registered in the Department of Defense Central Contractor Registration (CCR). GovWorks shall make no award to unregistered contractors. For details, see www.ccr.gov. EVALUATION. Please see the SOO document for the evaluation criteria and proposal preparation instructions. CONTRACT AWARD. Contract award(s) shall be made to the responsible Offeror(s) whose offer(s), in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. Please submit two (2) complete hard copy original offers and an electronic copy of all documents on CD or diskette in Microsoft Office format to the following address. PROPOSALS ARE DUE BY 3:00 PM DECEMBER 29, 2003, AT DEPARTMENT OF INTERIOR, MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN STREET, HERNDON, VIRGINIA 20170, ATTENTION: RICHARD BOLICK. Email copies of proposal documents will not be accepted. Please note that MMS/Gov.Works is located in a secure building. If offers are hand delivered, please ensure that the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call Procurement Operations on extension 1354. A staff member will meet the courier to receive the submittal. Please also send three (3) copies of all documents EXCEPT the Cost Proposal to the RMA POC: Stan Harkey, USDA Risk Management Agency, 6501 Beacon Drive, Kansas City, MO 64133. Timeliness of proposal response shall be determined by time of receipt at the Herndon location. Questions should be sent via fax as soon as possible to: Richard Bolick, Fax (703) 787-1041 or by e-mail: Richard.Bolick@mms.gov. Please include with your question(s) your full name, the RFP number & title, your organization, complete address with telephone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. The referenced provisions and clauses can be viewed at www.arnet.gov.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/MMS/GovWorks/0404RP32971/listing.html)
 
Record
SN00483779-F 20031210/031208213430 (fbodaily.com)
 
Source
FedBizOpps.gov 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.