Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

B -- USDA Risk Management Agency, Cultivated Clam Pilot Evaluation

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2500 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-05-RP-41191
 
Response Due
7/6/2005
 
Archive Date
6/13/2006
 
Small Business Set-Aside
N/A
 
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 2005-03. 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 1435-04-05-RP-41191 applies; the solicitation is issued as a request for proposals (RFP). The US Department of the Interior, through its Franchise Fund activity GovWorks, will manage this procurement action on behalf of the US Department of Agriculture Risk Management Agency. OBJECTIVE: The contractor shall perform an evaluation of the Cultivated Clam Program, that will include hard copy reports and oral presentations on the results of a comprehensive analysis and evaluation of the program. The evaluation will be used to determine if the program should be continued as a pilot, modified, terminated, or converted to a permanent program. The Government anticipates that there will be a mix of Firm Fixed Price and Time and Materials tasks and reserves the right to award without discussions. The independent Government cost estimate for this project is based on approximately 2780 professional labor hours of effort. FOR AN ELECTRONIC COPY OF THE COMPLETE SOW FOR THIS RFP, PLEASE GO TO http://www.govworks.gov/vendor/csolicit.asp AND LOOK UP THIS RFP NUMBER: 1435-04-05-RP-41191. Period of Performance: 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 (A) VOL 1.0 - TECHNICAL PROPOSAL in accordance with the proposal instructions in the SOW. (B) VOL 2.0 - CAPABILITIES STATEMENT in accordance with the proposal instructions in the SOW. (C) VOL 3.0 - 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, ODCs, travel, and material for this effort. (D) Indicate if your firms Representations and Certifications are available on-line in ORCA per FAR Subpart 52.212-3(j), or if not submit the completed OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS per FAR subpart 52.212-3. (E) Verification that the Offeror is currently registered in the Department of Defense Central Contractor Registration (CCR). GovWorks shall make no award to unregistered contractors. For details, see www.ccr.gov. EVALUATION. Please see the SOW document for the evaluation criteria and proposal preparation instructions. 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. Please submit one (1) complete hard copy original 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 EDT JULY 6, 2005 AT DEPARTMENT OF INTERIOR, MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN STREET, HERNDON, VIRGINIA 20170, ATTENTION: RON ROBINSON. 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. Please also send four (4) unbound copies and a CD of the bidder technical proposal and capability statements to the RMA POC: Stan Harkey, USDA Risk Management Agency, 6501 Beacon Drive, Kansas City, MO 64133. Timeliness of proposal response shall be determined by time of receipt at the Herndon location. Questions should be sent as soon as possible to: Ronald.Robinson2@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/j2ee/announcementdetail.jsp?serverId=MM143501&objId=253451)
 
Place of Performance
Address: USDA Risk Management Agency 6501 Beacon Drive Kansas City, MO 64133
Zip Code: 64133
Country: USA
 
Record
SN00828820-W 20050615/050613211915 (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  © 1994-2020, Loren Data Corp.