Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

B -- Dry Beans Appraisal and Forage Program Improvements for USDA Risk Management Agency

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0403RP72267
 
Archive Date
4/6/2004
 
Point of Contact
Dick Bolick Contract Specialist 7037871395 richard.bolick@mms.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 01-12. 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 1435-04-03-RP-72267 applies; the solicitation is issued as a request for proposals (RFP). This solicitation consists of two line items. Prospective Offerors may propose on one or both line items, but each line item must be proposed separately. ITEM 1. Dry Beans. RMA provides risk management protection for dry beans under one policy, the Dry Bean Crop Provisions. The crop program provides insurance coverage for various types listed on the Special Provisions of Insurance. The producers want factors for irrigated and non-irrigated acreage and for multiple varieties added to the Dry Beans Loss Adjustment Standard Handbook appraisal method to make the program more suitable to today's farming methods. The changes will require the Contractor to conduct loss adjustment analyses and propose additional factors for the appraisal methodology. The Contractor shall conduct research and prepare a report to add factors for multiple varieties to the existing types and to add irrigated and non-irrigated factors for the existing types. The Contractor shall also recommend revisions to the existing Dry Bean Loss Adjustment Standards Handbook as needed to provide additional factors for beans per plant, per variety, and per practice that can be utilized by adjusters in a timely and cost effective manner and best meet the risk management needs of producers. The work will require skills and experience in project planning, scheduling, and quality control; interviewing techniques; categorizing, analyzing, and summarizing verbal information; data collection and data analysis; research; critical thinking; innovative problem solving techniques and report writing. The task will also require travel. The Government anticipates that this will be a fixed price award in the range of $45,000-$55,000 with travel paid at actual costs, and reserves the right to award without discussions. ITEM 2. Forage. The Contractor shall conduct research with the objective of developing an alfalfa/grass mixture forage stand reduction appraisal method, a method to accurately determine the weight of large round bales of forage, and a forage quality adjustment revision to the Forage Loss Adjustment Standards Handbook and the Forage Crop Provisions. The contractor shall produce research reports that address each issue. Within the reports, the contractor shall discuss all strategies; the process used to eliminate each strategy from further consideration; and the justification used to select the recommended strategy in relation to development of stated method. The work will require skills and experience in project planning, scheduling, and quality control; interviewing techniques, categorizing, analyzing, and summarizing verbal information; data collection and data analysis; research; critical thinking; innovative problem solving techniques; oral presentations; report writing; and, utilizing Microsoft product applications. The task will also require travel. The Government anticipates that this will be a fixed price award in the range of $250,000-$275,000 with travel paid at actual costs, and reserves the right to award without discussions. OBJECTIVE. The primary objective of these requirements is to secure the services of technical experts who will provide RMA with the necessary information and resources to determine whether and how to establish/improve crop insurance programs in support of dry bean and forage growers. Offeror(s) shall include quality control standards for the successful accomplishment of the required tasks, a method to monitor and report task progress, corrective actions to be taken to meet deliverable dates if tasks are off schedule, and a quality control matrix of the productive hours for each skill type that will be devoted to quality control on each. FOR AN ELECTRONIC COPY OF THE COMPLETE SOWs FOR THIS RFP, ALONG WITH A LIST OF SUGGESTED SUBJECT MATTER EXPERTS FOR THE FORAGE PROJECT, PLEASE GO TO http://www.govworks.gov/vendor/csolicit.asp AND LOOK UP THIS RFP NUMBER: 1435-04-03-RP-72267. Period of Performance varies. Item 1 is 250 business days from contract award, and for Item 2 it is 260 business days from date of award. See specific SOW 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, by 3:00 P.M., EDT, April 30, 2003: (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 that includes: (1) Discussion of the background, objectives, and work requirements of the statement of work as analyzed by the Offeror; (2) Discussion of proposed methods and techniques for completing each task; (3) Discussion which supports how each task will be evaluated for full performance and acceptability of work from the Offeror's viewpoint. (4) Discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution. (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, and rates for this effort. (D) The completed OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS per FAR subpart 52.212. EVALUATION. Please see the specific SOW document for each Line Item 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 five (5) hard copy 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 APRIL 30, 2003, AT DEPARTMENT OF INTERIOR, MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN STREET, HERNDON, VIRGINIA 20170, ATTENTION: RICHARD P. 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. Questions should be sent via fax or Email as soon as possible to: Richard P. Bolick, Fax (703) 787-1022 or Email: 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://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=87977)
 
Record
SN00297541-W 20030409/030407213654 (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.