|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631Defense Finance and Accounting Service (ICO), Crystal Mall 3, Room 416,
1931 Jefferson Davis Hwy, Arlington, VA 22240-5291 R -- BUSINESS/INDUSTRY PRACTICES CONSULTANT SOL MDA210-00-R-0001 DUE
071100 POC Contract Specialist, Ed Malone, 703-607-5713; Contracting
Officer, Eva Johnson, 703-602-4931 E-MAIL: Click her to contact
Contract Specialist via e-mail, ed.malone@dfas.mil. I 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; proposals are being requested and a
written solicitation will not be issued. II Solicitation
MDA210-00-R-0001 is a Request for Proposal. This solicitation is issued
to establish an Indefinite Delivery Indefinite Quantity contract, IDIQ,
against which delivery orders may be placed for a period of one year
with three (3) option periods of 12 months each. III The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-17. IV SIC Code is 8999. Small
business standard is $5.0 million. DPAS Rating is S10. V The purpose
of this solicitation is to provide a source for expert advise,
consulting services and support to the DFAS for high visibility, large
dollar A-76 efforts. It is the intent to award one or more Indefinite
Delivery/Indefinite Quantity Contracts to firms offering the best
value of services in the areas described herein. This solicitation is
issued unrestricted to establish an Indefinite Delivery/Indefinite
Quantity Contract(IDIQ) against which delivery orders may be placed for
a period of one year as identified in FAR Clause 52.216-18 of this
solicitation. The Government shall order at least the quantity of
services designated as the Guaranteed Minimum, see FAR Clause
52.216-22. In this procurement, the Guaranteed Minimum dollar value
total contract basis that will be negotiated will be no less than 5% of
the first year's requirements, see FAR Clause 52.216-19. The
solicitation contains an option to extend the terms of the contract for
an additional three years, see FAR Clause 52.217-8, 52.217-9. Services
will be ordered by means of delivery orders against the resulting
vehicles with specifically defined tasks, schedules, performance
criteria, products, and price. Delivery order requirements may range
from small short-term taskings to extended-term taskings with travel to
various locations. The scope of this acquisition is to provide advice
and assistance from a commercial offeror's perspective. Support to
DFAS, primarily at the DFAS Headquarters location. Business Process
Management services will utilize skilled personnel and processes
capable of providing expert advise on all business process and business
development areas. As a minimum, services will consist of the
following: Functional and Performance-based services: Industry
Analysis, Business Consulting, RFP review, Acquisition Strategy
Analysis, Best Value Trade-off Support, Risk Assessment, and other
related matters that may be defined at a later date. The overall
objective of this acquisition is to satisfy DFAS requirements for
expert business planning, acquisition and development services to
assist in the development and evaluation of commercial proposals.
Performance Based Objectives: Identify areas of Government Risk;
Identify best industrypractice; analysis of industry trends;
Identification of commercial cost drivers. Deliverables: Provide
recommendations, changes, and advise throughout the government's
procurement process. VI The following provisions apply to this
acquisition: 52.212-1-1, Instructions to Offerors -- Commercial Items.
VII FAR 52.212-2, Evaluation -- Commercial Items. The Government shall
use the following criteria when evaluating the offeror' proposal for
initial award of the IDIQ: (1) TECHNICAL CAPABILITY, (2) PRICE, AND (3)
PAST PERFORMANCE. Each evaluation criterion is critical to the
effective accomplishment of resulting orders issued against the IDIQ
contract. Therefore, failure to fully meet any criterion could
disqualify a proposal. For purposes of evaluation, TECHNICAL CAPABILITY
is more important than PRICE; PRICE is more important than PAST
PERFORMANCE. Subfactors listed below are all of equal importance. When
combined, TECHNICAL CAPABILITY and PRICE are significantly more
important than PAST PERFORMANCE. VIII TECHNICAL CAPABILITY 8.1.1
Understanding of the commercial sector (contractors) in the
bid/proposal preparation and submission. Proposal must demonstrate a
thorough understanding of how commercial contractors prepare bids and
proposals to include strategies that cause an increase in costs after
the award. 8.1.2. Competitive Advantage. The Contractor must
demonstrate experience in business strategy development and
determination of Competitive Business Advantage areas. 8.1.3. Business
Risk. The Contractor must have experience assessing performance risk
areas and providing constructive recommendations to mitigate. 8.1.4.
Proposal Strategy. The Contractor must have experience in developing
proposal strategies from a commercial viewpoint and quantifying the
impact for execution of the government strategy.8.2.1. PAST
PERFORMANCE. Contractors shall provide examples of prior, recent, and
relevant experience for the same or similar services as required by
this RFQ. 8.2.2. All examples provided should include an adequate
description of the size and scope of the effort and timeframes for
accomplishing the efforts, etc. Past performance information shall
include contract numbers, points of contact with current telephone
numbers, fax numbers, and other relevant information. 8.3. Travel
Costs. Travel costs will be billed separately on a reimbursable basis
four each individual delivery order, so will not be evaluated up front.
Contractors shall propose travel costs as required for individual
delivery orders, including number of trips, number of personnel, mode
of travel, per diem, etc. Local travel, including to and from DFAS
Headquarters (Arlington, VA), and in the surrounding Washington D.C.
area, performed in the course of delivery order performance, is
considered the cost of doing business and will not be reimbursed as a
direct charge to the contract. Award will be made to the responsible
offeror whose proposal is technically acceptable, responsive to the
requirements of this solicitation, and presents the best overall value
to the Government. Each offeror is urged to examine this solicitation
in its entirety and to ensure that their proposal contains all
necessary information, provides all required documentation, and is
complete in all aspects. Each proposal shall be submitted in two (2)
physically separate and detachable parts, and in the number of copies
set forth below. All information shall be confined to the appropriate
volume to facilitate independent evaluation. (1)GENERAL, TECHNICAL,
PAST PERFORMANCE, 1 Original + 3 Copies, 15 Page Limitation for
Technical,(2)PRICE, 1 Original + 2 Copies, No page Limitation.
Proposals shall be typed single sided pages(not including resumes), no
less than 12-point (pitch) type. Any cost/price information should be
contained in PART 2 -- PRICE only. Submit signed and dated proposals
on or before the date and time indicated for receipt of proposals in
this synopsis, July 11, 2000, 2:00 p.m. EST. ELECTRONIC SUBMISSIONS OF
PROPOSALS, TO INCLUDE FACSIMILE, IS NOT AUTHORIZED. If submitted via
POSTAL SERVICE, proposals should be sent to the official mailing
address: DEFENSE FINANCIAL AND ACCOUNTING OFFICE, ATTN: ASO/DPB,
CRYSTAL MALL #3, ROOM 227, 1931 JEFFERSON DAVIS HIGHWAY, ARLINGTON, VA
22240-5291. The Government intends to evaluate proposals and make
award without discussions; however, the Government reserves the right
to hold discussions if necessary. IV FAR 52.12-4, Contract Terms and
Conditions -- Commercial Items and Addenda FAR 52.232-33, Mandatory
Information for Electronic Funds Transfer Payment (Aug 1996). FAR
52.212-5, Contract Terms and Conditions Required To Implement Statutes
or Executive Order -- Commercial Items apply to this acquisition.
Offeror shall include a completed copy of provision 52.212-3, Offerors
Representations and Certifications -- Commercial Items with its offer.
FOB Destination applys. Full text of these provisions may be accessed
on-line at http://www.arnet.gov/References/ or
http://farsite.hill.af.mil/. X CENTRAL CONTRACTOR REGISTRATION: All
offerors must ensure that they are registered in the Central Contractor
Registration. (CCR), This is mandatory for award of any Government
contract. To register, please go on-line to http://ccr.edi.disa.mil. XI
Submission of Offerors: DUE DATE FOR OFFERS IS JULY 11, 2000, 2:00 PM
EST. Posted 06/26/00 (W-SN468563). (0178) Loren Data Corp. http://www.ld.com (SYN# 0080 20000628\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|