Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

D -- Assistance in Development of a Comprehensive Information Management System for FCIC and FSA Programs

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0403RP73653
 
Response Due
9/17/2003
 
Archive Date
8/17/2004
 
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 IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This solicitation was previously synopsized under Reference Number PR12380. The US Department of Interior, through its Franchise Fund activity GovWorks, will manage the following procurement action on behalf of the US Department of Agriculture Federal Crop Insurance Corporation and the Farm Service Agency. BACKGROUND. The FARM SECURITY AND RURAL INVESTMENT ACT OF 2002, commonly called the 2002 Farm Bill, requires the Department of Agriculture (USDA) to develop a comprehensive information management system to be used in implementing the programs administered by USDA's Farm Service Agency (FSA) and the Federal Crop Insurance Corporation (FCIC). The Farm Bill also requires USDA to utilize the services of a non-Federal entity to assist in the development of such a system, and requires that a preference be given to entities that have prior experience with the information and management systems of the Federal Crop Insurance Corporation, and that have collaborated with the Corporation in the development of the identification procedures required by section 515(f) of the Federal Crop Insurance Act (7 U.S.C. 1515(f)). OBJECTIVE. The objective of this procurement is to enter into a contract with a non-Federal entity to assist the Secretary of Agriculture in the development of the information management system required by Section 10706 of the Farm Bill. The Contractor shall provide assistance to USDA in the development of a comprehensive information management system for FCIC and FSA Programs. This system is commonly known as the RMA/FSA Common Information System, or CIS. See the complete Statement of Objectives and associated draft project plan by accessing www.govworks.gov/vendor/csolicit.asp; look up Solicitation Number 1435-04-03-RP-73653. HOW TO RESPOND: In order to compete for this contract, interested parties shall demonstrate that they are qualified to perform the work by providing: (A) A TECHNICAL PROPOSAL that includes: (1) Discussion of the background, objectives, and work requirements of the statement of objectives 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. (5) Program management plan that describes the personnel, data, facilities and resource management processes, including a Work Breakdown Schedule to at least the Level 3 level. (B) 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) your organization's prior experience with the information and management systems of the FCIC; (3) prior experience in collaborating with FCIC in the development of the identification procedures required by section 515(f) of the Federal Crop Insurance Act (7USC1515(f)); (4) past performance on other than FCIC projects, including specific references (include contract number & project description, period of performance, dollar amount, client identification with the point of contact & telephone number) for previous work of this nature that your key personnel or organization has performed within the last two years. References will be checked. Capabilities Statements will be evaluated based on: (i) key personnel skills, abilities and experience; (ii) your organization's ability to satisfy the legislatively required criteria, 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. (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, ODCs and travel for this effort by Contract Line Item Number (CLIN). The Government anticipates that a TIME AND MATERIALS order in the range of $3.5 to $4.5 million will be issued as a result of this RFP. Please see the SOO document for evaluation criteria and proposal preparation instructions. D. COMPLETED Offeror Representations and Certifications (Section K), obtainable at the GovWorks web site. CONTRACT AWARD. Contract award(s) shall be made to the responsible Offeror whose offer, 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. The Government reserves the right to award without discussions. Please submit three (3) hard copies plus one electronic copy on CD or diskette in MS Office format to the following address. PROPOSALS ARE DUE BY 3:00 PM, SEPTEMBER 15, 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 as soon as possible to: Richard P. Bolick, Fax (703) 787-1022 or by e-mail to 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=109519)
 
Record
SN00405160-W 20030820/030818213918 (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.