Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631

Defense 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