Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2002 FBO #0088
MODIFICATION

R -- PREPARE AND CONDUCT STUDY ON SCOPE AND FEASIBILITY OF LAUNCHING A CAPITAL CAMPAIGN TO BUILD THE U.S. DIPLOMACY CENTER

Notice Date
2/25/2002
 
Notice Type
Modification
 
Contracting Office
GOVWORKS, MINERALS MANAGEMENT SERVICE, 381 ELDEN ST, MS2510, HERNDON, VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-02-RP-86143
 
Response Due
3/12/2002
 
Archive Date
4/12/2002
 
Point of Contact
JANE M. CARLSON, CONTRACT SPECIALIST, FAX 703-787-1009
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this acquisition: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2000). Solicitation Number 1435-04-02-RP-86143; the solicitation is issued as a request for proposals (RFP). The Department is seeking full and open competitio n. All Offerors must be able to qualify under North American Industry Classification System (NAICS) subsector 541. The U.S. Department of Interior's GovWorks, on behalf of the U.S. Department of State, is soliciting proposals to identify a contractor to investigate the scope and feasibility of launching a capital campaign for the Department of State's proposed Museum - the United States Diplomacy Center. Govworks intends to issue a contract. BACKGROUND: The Department of State is committed to the creation of the United States Diplomacy Center (USDC) within the Department of State building with both private and public funds. The Center will bring American diplomacy and its practitioners to life for the public as it explores the history, function and challenges of diplomacy. With interactive exhibits, briefing space, multimedia stations and cutting edge technologies and techniques, the Center will engage visitors in understanding how diplomacy affects all our lives and how ordinary citizens, as well as professionals, contribute to its formulation and execution. To fulfill this vision, the Department is partially providing renovated space, staff and security for the new Center. Space has been allocated for the Diplomacy Center next to the 21st street entrance. Museum designer Ralph Appelbaum is designing the interior of the Diplomacy Center. The Department of State will need to raise funds from private donors, possibly as much as $60 million, to build the Center. An additional amount will be needed to provide the Center with an endowment for maintaining and replacing exhibits and carrying out special projects and programs. The Department needs to know the scope and feasibility of launching a capital campaign. SCOPE OF WORK: The Department seeks to contract with a development firm to prepare and conduct a study to determine the scope and feasibility of launching a capital campaign to build the U.S. Diplomacy Center. The study would result in a comprehensive report of findings, analyses and recommendat ions. The firm will work with Diplomacy Center staff and other appropriate Department officials and an ad hoc volunteer focus group as it conducts the study, which will consist of three phases: 1) preparatory phase 2) interview and review phase and 3) a synthesis, analysis and report preparation and presentation phase. The contractor shall provide the following during the three phases of the study process. Phase 1 (Preparatory Phase): (1) Provide a Study Preparation Guide for Department personnel in advance of first meeting; (2) Develop a draft action plan and timeline for the study, including projected meetings and notional agendas to be refined as the process progresses; (3) Assist in the development and publication of a strong "case statement" to be tested for public reaction and support; (4) Develop a survey questionnaire and other related materials such as a chart of standards for giving; (5) Work with USDC staff and focus group to identify and prepare a list of individuals to be interviewed; (6) Draf t thank-you letters and set up dispatching and tracking system for all correspondence; (7) Work with staff to develop public FAQ sheet and appropriate policy statements to cover all ethical questions that might be raised about the proposed public/private partnership to fund the Center. Commencement of Phase 2 is dependent upon Department of State approval of Phase 1. Phase 2 (Interview and review phase): (1) Schedule and conduct agreed upon number of interviews; (2) Provide USDC staff with weekly progress reports, and in consultation with USDC staff, make adjustments in numbers and kind of people to be interviewed, as feedback from interviews requires. Phase 3 (Synthesis, Analysis and Report Preparation and Presentation Phase): (1) Compile, synthesize and analyze results, involving: a) the case statement, b) major donor potential, c) distribution of funding potential among individuals, corporations, foundations, professional organizations and other non-profit organizations; (2) Prepare report and recomme ndations summarizing donor prospects, and proposed steps for organizing a capital campaign; (3) Present written report and oral presentation(s) to USDC staff and others as appropriate. DELIVERABLES: Phase 1: (1) Preparation Guide for the USDC staff; (2) Preliminary action plan and timeline for the study, including initially projected meetings and notional agendas, which may be refined as the process progresses; (3) A strong "case statement" to be tested for public reaction and support; (4) A survey questionnaire and other related materials such as a chart of giving standards to be used in conducting the interviews; (5) A list of priority individuals to be interviewed, developed in consultation with USDC staff and focus group; (6) FAQ sheet and policy statements to cover all ethical questions that might be raised about the proposed public/private partnership to fund the Center; (7) Thank you letters and tracking system to be used during interview phase. Phase 2: (1) Conduct agreed upon number of intervie ws; (2) Organize agreed upon number of feedback sessions for USDC staff; (3) Revise schedule of interviews and briefings, as required. Phase 3: (1) Pre-report consultation with USDC staff of strengths and weaknesses involving: (a) the case statement, (b) major donor prospect potential, (c) distribution of funding among individuals, corporations, foundations, professional organizations and other non-profit organizations; (2) Written report and recommendations summarizing donor prospects and proposed steps for organizing a capital campaign; (3) Oral presentation in power point form for relevant USDC staff and others as appropriate. QUALIFICATIONS STATEMENT: Gov.Works will conduct this acquisition by first reviewing and evaluating the experience and capability of the Offeror's organization and proposed project team as demonstrated by the information supplied in a Qualifications Statement. All Offerors must submit an original, five (5) copies, and one (1) electronic copy on a disk in Microsoft Word, no lat er than noon, Eastern Standard Time, March 12, 2002, to the Contracting Officer at the address specified for receipt of proposals below. Qualifications statements must address: 1) Key Personnel -- provide a description of the experience and capability of each of the key personnel on the Offeror's proposed project team. Descriptions shall address such items as the individual background, education, work experience, and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort; 2) Organizational Experience and Facilities -- describe the experience and capability of your organization in conducting similar work. 3) References - provide at least three business references from organizations with whom you have worked; provide a documented record designed to demonstrate what percentage of studies your firm conducted during the last year were completed within the stipulated timeframe and what percentage took longer than expe cted and the reasons for this. EVALUATION OF QUALIFICATIONS STATEMENT: Qualifications Statements must demonstrate that both your organization and proposed key personnel can successfully meet the requirement. We will evaluate the number, size, and complexity of similar projects completed by the proposed project team and your organization including past performance to determine your potential for success and contract award. Past performance consists of adherence to schedules and budgets, effectiveness of cost control, the acceptability of services delivered, the Offeror willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties, and the Offeror business integrity. FORMAT FOR TECHNICAL PROPOSAL: The due date for submittal of the Technical Proposal (an original, five (5) copies, and one (1) electronic copy on a disk in Microsoft Word, no later than noon, Eastern Standard Time, March 26, 2002 , to the Contracting Officer at the address specified for re ceipt of proposals below. The Technical Proposal shall: (1) Define how you would conduct the study with particular reference to duration and content of the preparation phase and your proposed relationship with USDC staff and other relevant Departmental and non-Departmental personnel, in addition to other aspects of the overall feasibility/planning process; (2) Define the recommended timeline and schedule of activity for your approach to the process; (3) Include a description of how you would handle a schedule with an unanticipated time gap between phases; (4) Recommend the number of interviews to be conducted and characterize the kinds of interviewees to be selected; (5) Describe the progress/status reports you plan to provide during Phases #2 and #3; (6) Explicitly address how you will handle the information gathered in the interviews and the degree to which it will be available to the USDC for ongoing capital campaign activities; (7) Describe and provide illustrative model(s) of the kind of written report , prospects list, and oral presentation you would provide under the contract; (8) Describe the network/database/prospect research capabilities your firm could drawn on to supplement information provided by the Department of State; (9) Identify the firm principals and staff who will conduct the study/planning process (particularly the interviews), and provide appropriate biographical information for each; (10) Describe your organizational structure and the highest level representative that will be involved with this study; (11) Submit proposals on a MS Word floppy disk, as well as by a complete hardcopy package. FORMAT FOR COST PROPOSAL: The cost proposal shall be a separate volume from the technical proposal, submitted in an original, 3 copies and one electronic copy in Microsoft Word or Excel on a disk at the same time as the technical proposal. There is no page limitation on cost proposals. Provide a full cost breakdown including labor categories, rates, other direct costs. EVALUATION/AWARD: Each Off eror's proposal is evaluated according to the factors below. Factor A, B and C are roughly equal to each other; factor D is slightly less important. Sub-factors listed under each factor are of equal importance to each other. A. Technical Approach -- Understanding of the work, including creativity and thoroughness shown in planned execution of the requirement; Discussion of specific methods and techniques for completing each discrete task; Demonstrated management ability to complete tasks error-free and on-time; Anticipation of potential problem areas with an emphasis on the creativity and feasibility of solutions to problems; Logistics, schedule, and any other issues the Government should be aware of; Preparatory briefing materials and proposed timing of preparation process involving Department staff and personnel; Degree of detail, thoroughness, awareness of USG working environment and potential contingencies, and realism of overall timeline for the feasibility process, including potential choke points o r delay factors; Amount of time needed for Phase 1, II and III; Proposed relationship with USDC staff and other relevant personnel; Division of labor between firm and USDC staff; Policy on confidentiality and clarity about the information to which USDC staff has access from the interview process; Number and character of proposed interviews; Character of firm's prospect research database, networks and resources and the way in which they will be used in the stud; Illustrative/model study documents provided in the firm's proposal. B. Past Performance -- Relevance of references provided; Experience with start-up projects; Experience with USG or USG-related projects; Percentage of feasibility studies not completed on time and reasons for non-completion; The organization's history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. C. Key Personnel Qualifications -- The currency, quality and depth of experie nce of individual personnel in working on similar projects. ("Similar projects" is meant to convey similarity in topic, dollar value, duration, and complexity.) Corporate commitment of Proposed Key Personnel to the task order should the Offeror be awarded the task. Experience of principal consultants and interviewers; D. Organizational Experience -- Organizational structure to execute this study, with emphasis on corporate attention; The degree of comparability of past projects to the current project, including number of projects, complexity, and dollar amount. Supporting subcontractors, consultants and partners will be considered; Appropriate mix and balance of education and training of team members; Quality of the Program Management Plan and allocation of personnel and resources. CONTRACT AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Governme nt 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. ADDRESS FOR RECEIPT OF OFFERS: Gov.Works - Department of the Interior; Attention: Jane Carlson, 381 Elden Street - MS 2510; Herndon, VA 20170. Questions must be faxed to the attention of Jane Carlson at (703) 787-1009. Phone calls and emails will not be accepted or acknowledged. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. At this time, due to a Federal court order, the DOI/MMS cannot accept E-mail submission of questions.
 
Record
SN00031408-W 20020228/020226213513 (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.