COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS
R -- DEPARTMENT OF THE INTERIOR, MINERALS MANAGEMENT SERVICE, FY2000 ANNUAL PERFORMANCE REPORT AND FY 2002 ANNUAL PLANS
- Notice Date
- October 6, 2000
- Contracting Office
- Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
- ZIP Code
- 20170-4817
- Solicitation Number
- 31109
- Response Due
- October 24, 2000
- Point of Contact
- Anna DeGurse, E-mail anna.degurse@mms.gov
- E-Mail Address
- Contracting Officer (anna.degurse@mms.gov)
- Description
- This notice is a combined synopsis/solicitation for capability statements for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only public announcement; therefore, PLEASE READ THIS ENTIRE NOTICE AND FOLLOW THESE INSTRUCTIONS. This procurement is 100% set-aside for small businesses and will consist of a base year and four option years. The North American Industrial Classification System (NAICS) Code is 541618 for Other Management Consultant Services and the size standard is $5 million. You are asked for a capability statement and a sample of a recent Annual Report you have delivered under another contract. Only those offerors deemed most qualified will be given further consideration. If you make the best-qualified list, you may be asked to provide a brief oral presentation at Minerals Management Service's (MMS) Herndon, Virginia, offices with approximately one week's notice. You will be given information on how to prepare for the oral presentation. Scope: The Department of the Interior has prepared guidance for its bureaus to develop Government Performance and Results Act (GPRA) reports including FY 2000 Annual Performance Reports and FY 2002 Annual Plans. The annual performance report will evaluate performance against a set of predetermined annual goals. The MMS' goals are in two categories, one for each of MMS's major programs -- the Offshore Minerals Management Program and the Minerals Revenue Management Program (formerly the Royalty Management Program). In addition to the performance information that will be contained in the GPRA report, MMS intends to develop a separate MMS 2000 Performance Report, which will be a follow-on to our FY 1999 Annual Report (see http://www.mms.gov ). This report will resemble a private sector annual report that will tell who we are and what we do, look at our past performance, and tell readers where we are going in the future. The report will tell a brief (approximately 25 pages), interesting, easy-to-understand story about MMS from a high-level, "corporate" perspective. It will contain facts and figures to support the story and will describe how we have performed in FY 2000 against our goals. While our primary audience is Congress, the report will also be aimed at our customers in private industry and our other stakeholders, our employees, and the media. It will contain eye-catching graphics and photos and be written in plain English. The objectives of this report are to: report on our actual FY 2000 performance against our goals, and explain in a factual, positive manner why we overachieved (or underachieved) in some areas; increase Congressional and public awareness of MMS' successes and the good job MMS is doing to manage the nation's mineral resources; get the message out to our employees that what they are doing adds value and contributes to MMS achieving its mission; and to enable MMS to continue to attract highly-qualified people to join the organization. Services Required: The contractor will provide the following services: Performance analysis; "Marketing" presentation of MMS activities and performance; professional writing and editing; graphics design and layout; electronic format and discs for printing bids; consultation on Government Printing Office (GPO) printing; PDF file for posting on MMS Web site. Government Furnished Materials: The MMS will provide to the contractor: FY 2000 performance data; factual explanation of FY 2000 performance; statistical information; plans, public information documents, and working documents; access to MMS management for interviews; other information as needed. Deliverables: Draft MMS 2000 Performance Report, revised draft MMS 2000 Performance Report, and Final MMS 2000 Performance Report in electronic format for use by printer. Due Dates (assume 2/28/01 issuance of report): Draft: 12/04/00; Revised Draft: 1/08/01; Final Draft: 1/24/01; Final Report in Electronic Format: 1/31/01. Basis for Accepting Work Product: All deliverables are submitted on time. Drafts are high quality and do not require significant rewrites. All comments are addressed. The MMS Quality Council (QC), comprising senior managers, approves final product. TRAVEL: Some travel to MMS Headquarters may be required. HOW TO RESPOND: To compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (25 pages or less, including resumes) Capabilities Statement by 4:00 PM, ET, Tuesday, October 24, 2000. Capabilities Statements must include (1) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience with this type of project (please also specify a project manager). (2) Relevant organizational experience with this type of project. (3) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). If any negative references are anticipated, please flag them and provide any mitigating information. References will be checked to validate the information provided. COST PROPOSAL: The cost proposal shall include a statement that the offeror intends to comply with the Statement of Work. The cost proposal shall be broken down as follows: (a) Direct labor cost by named person or labor category, including number of labor hours and current actual or average hourly rate; (b) Amount proposed for travel, subsistence, and local transportation supported with a breakdown which includes: number and nature of trips and number of travelers; (c) Cost breakdown of materials and other direct costs including duplication/reproduction, meetings and conferences/workshops, postage, communication and any other applicable items; (d) If consultants are proposed, detailed information concerning proposed consultant costs should include: (1) names of consultant(s) to be engaged; (2) daily fee to be paid to each consultant; (3) estimated number of days of consulting services; (4) consulting agreements entered into between consultant (s) for similar services previously provided to the offeror; and (5) rationale for acceptance of consultants costs. (e) Provide a price for the base year and individual prices for each option year. Base year and all option years will be evaluated for the total price. Materially unbalanced offers will not be considered. Offerors must submit an original and two copies of their capabilities statements and cost proposal to Anna DeGurse, Minerals Management Service, Procurement Operations Branch, 381 Elden Street, MS 2510, Herndon, VA, 20170-4817. Electronic transmissions are acceptable, but must be timely. EVALUATION CRITERIA: (1) The skills, abilities, education, professional credentials, and experience of proposed key personnel, especially as it relates to work of this nature. (2) The experience of your organization, including number, size, location of projects, and complexity of similar projects completed by the proposed project team and your organization to determine your potential for successful performance of the contract. (3) The past performance of your organization, including adherence to schedules and budgets, effectiveness of cost control, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a best value award decision. Price will be a factor, but technical factors are more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000), 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2000). Offerors can retrieve these clauses on the INTERNET at www.gsa.gov/. Questions about this solicitation must be in writing and be submitted to the contracting officer by fax at (703) 787-1387 or e-mail: anna.degurse@mms.gov . Telephone inquiries will not be accepted. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 4:00 PM ET, Friday, October 13, 2000. It is the responsibility of the offeror to ensure the proposal will be received by the date and time shown above. Small Disadvantaged Business Regulatory Change Notice: The Federal Acquisition Regulation authorizes the use of price and evaluation credits in industries where SDB prime contractors and subcontractors have been underutilized. We ask that you inform your SDB subcontractors that they should contact SBA's Office of Certification and Eligibility at (800) 558-0884 to obtain an application, or to log on to SBA's Website (www.sba.gov.sdb). If you are an SDB prime contractor who is not SDB-certified, we also ask that you apply for certification. Effective October 1, 1998 certified SDB prime contractors were eligible for a price credit when bidding on Federal prime contracts. Effective January 1, 1999, prime contractors who contract with SBA-certified or self-certified SDBs are eligible for evaluation credits. Please note that prime contractors may continue to rely on self-certification of their SDB subcontractors through October 1, 1999. For solicitations issued on or after October 2, 1999, prime contractors must use SDB-certified SDB subcontractors in order to be eligible for evaluation credits.
- Record
- Loren Data Corp. 20001011/RSOL007.HTM (W-280 SN5038H3)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on October 6, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|