Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

D -- Financial and Business Management System Reprocurment

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks, Attn: Ms. Aprell Joyce 381 Elden Street, MS 2510 Herndon VA 20111
 
ZIP Code
20111
 
Solicitation Number
0406AN60485
 
Response Due
11/14/2005
 
Archive Date
10/20/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Interior (DOI)/NBC/GovWorks intends to issue a Request for Proposal (RFP) to implement the Financial and Business Management System (FBMS) using the Advisory Multi-step Process as outlined in Federal Acquisition Regulations (FAR) Subpart 15.202. The resulting contract will be a negotiated effort for the acquisition of commercial items in accordance with, but not limited to, FAR Parts 15 and 12. This is a reprocurement. General Description of Scope: This is a reprocurement effort. The Financial and Business Management System (FBMS) will be the fundamental functionality-driven solution supporting administrative management of the Department; hence, it represents a critical and intrinsic part of DOI's business architecture. The objective is to provide Interior with standard business practices supported by a single, integrated finance and administrative system for all Bureaus. The potential winner of this award will serve as the main integrator and provide project management for the implementation of a suite of software applications that will help Interior manage a variety of business functions, including: Budget Formulation, Core Financials, Personal, Real, and Fleet Property, Acquisition, Travel, Financial Assistance, and Enterprise Management Information. As the Nation's principal conservation agency, Interior, with its 80,000 employees and over 2,400 locations, serves as steward for approximately 507 million acres of America's public lands and their natural and cultural resources. Interior also supervises mineral leasing and operations on more than 634 million acres that underlie both Federal and other surface ownerships. Interior's annual budget is about $13 billion. In addition, DOI raises around $9 billion in revenues from energy, mineral, grazing, timber, recreation, and land sales. DOI's mission is achieved through hundreds of programs and activities carried out by its eight bureaus and one principal office: Bureau of Land Management (BLM), Minerals Management Service (MMS), Office of Surface Mining, Reclamation, and Enforcement (OSM), Bureau of Reclamation (BOR), U.S. Geological Survey (USGS), U.S. Fish and Wildlife Service (FWS), National Park Service (NPS), Bureau of Indian Affairs (BIA), and Office of the Secretary (OS). The Government anticipates the issuance of a single Performance Based Indefinite Delivery, Requirements contract using Best Value, Source Selection, Trade-Off procedures in accordance with FAR Parts 15 and 16. The Indefinite Delivery Requirements Not-to-Exceed amount is $80 Million for the life of the contract. The contract duration consists of a base period and four one-year option periods subject to the availability of funds. Up to two Firm Fixed Price Task Orders may be issued in the solicitation for price evaluation. The first Task Order will be awarded with the basic Requirements contract and will require the development of the implementation schedule that is subject to an Integrated Baseline Review. Future task orders may include solutions in support of the FBMS program. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The applicable North American Industry Classification System (NAICS) Code is 541519 with size standard of $21.0 Million. Large businesses are required to submit a Small and Small Disadvantaged Business Subcontracting Plan with their Statement of Qualification (SOQ) showing acceptable levels of subcontracting with small, small disadvantaged business (SDB), woman-owned, veteran-owned small business (WO/VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), HUBZone small business and HBCU/MI concerns. DOI's Small Business goals are SB 25%, SDB 5%, 8(a) 5%, WO/VOSB 5%, SDVOSB 3%, and HubZone 5%. All documents applicable to this pre-solicitation notice will be available via the Internet at http://www.govworks.gov/vendor/csolicit.asp. Telephone requests for this Presolicitation Notice cannot be honored and a prospective offerors list shall not be maintained. Please note that questions will not be accepted during Phase 1 of the Advisory Multi-Step Process, described below. The anticipated solicitation (Phase 2) release date is November 2005. Please ensure that the program title (DOI Financial and Business Management System) is referenced on all correspondence. ADVISORY MULTI-STEP PROCESS: This advisory multi-step process is divided into two (2) phases. Phase 1 submission of Statement of Qualification (SOQ) and Phase 2 submission of solicitation, pre-proposal conference, proposals, oral presentation, product demonstration, evaluation, and award. Phase 1 consists of the submission of Vendor's Statement of Qualifications due to the Contracting Officer by November 4, 2005. Criteria details for the SOQs may be found at http://www.govworks.gov/vendor/csolicit.asp. SOQs must include demonstrated experience through the following: 1) SAP Integration Experience 2) Key Personnel 3) Data Conversion 4) Business Practices 5) Project controls & Quality Assurance 6) Organizational Change Management 7) Small business Sub-contracting Efforts Responses to Phase 1 are subject to the criteria located at http://www.govworks.gov/vendor/csolicit.asp. Each respondent will be advised in writing either that the respondent is invited to participate in the resultant solicitation or, based on the information submitted, that the respondent is unlikely to be a viable competitor. All respondents, notwithstanding the advice provided by the Government in response to their submissions, may participate in the resultant solicitation. Phase 2 consists of submission of solicitation, pre-proposal conference, proposals, oral presentation, product demonstration, evaluation, and award. The RFP will identify the first task to be completed. To ensure that the Government receives the best proposal, prospective offerors will be provided an opportunity to participate in a "due diligence" period where prospective offerors meet with key agency representatives to learn as much as possible about the FBMS program, mission goals, and requirements in order to develop a competitive solution. It is anticipated that a pre-proposal conference will be held in the month of November 2005, Technical and cost proposals will be required the month of December 2005, Oral presentations and product demonstrations will be required the month of January 2006. Requests for other copies of the solicitation will be disregarded without notice to the requestor. Phone requests will not be accepted, solicitation is only available electronically at http://www.govworks.gov/vendor/csolicit.asp. All interested businesses are hereby invited to submit the Statement of Qualifications of no more than 30 single-sided pages. Note: This entire notice is not to be construed as a commitment by the Government to issue a solicitation, to ultimately award a contract, or to otherwise pay for the information solicited herein. Responses to Phase 1 of this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. Interested parties shall respond with six hard copies of their Statement of Qualifications. In addition to the hard copies, the information shall be provided on 2 CDs. The response shall be sent to the following address: Department of the Interior / NBC / GovWorks, Attn: Aprell Joyce, 381 Elden Street, Mail Stop 2500, Herndon, VA 20171. All responses must be received by Noon, EST, November 4, 2005. Questions during the solicitation phase must be in writing and directed to Ms. Aprell Joyce, Contracting Office, email: Aprell.Joyce@mms.gov. Point of Contact Aprell Joyce, Contracting Officer, Phone 703.787.1161, Email Aprell.Joyce@mms.gov Place of Performance USA
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=289917)
 
Place of Performance
Address: Herndon, VA
Zip Code: 20111
Country: USA
 
Record
SN00918690-W 20051022/051020212213 (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.