Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
SOLICITATION NOTICE

R -- Evaluation of the Onion Crop Insurance Program

Notice Date
11/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
GovWorks, Attn: Ms. Melissa A. Onyszko 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
14060408RQ20249
 
Response Due
12/3/2007
 
Archive Date
11/14/2008
 
Point of Contact
Melissa A. Onyszko Contracting Officer 7039643638 melissa.onyszko@aqd.nbc.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
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in the notice and following the Simplified Acquisition Procedures in FAR Part 13.5 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES 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 (FAC) 2005-21. The US Department of Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD), is issuing this solicitation, Number 1406-04-08-RQ-20249 as a Request for Quote (RFQ) on behalf of the US Department of Agriculture, Risk Management Agency (RMA). This Order will procure services to provide USDA, Risk Management Agency with a program evaluation of the Onion Insurance Program that was implemented in the 1988 crop year with implementation of the Pilot Onion Stage Removal Option in the 2000 crop year. The program evaluation entails an evaluation of the Program performance and may result in recommended changes. The resultant award shall be a Firm-Fixed-Price (FFP) Order. THIS IS A 100% SMALL BUSINESS SET-ASIDE. The Service Contract Act applies to this acquisition. Since the place of performance is unknown, all Offerors shall inform the CO of their intention to quote by November 23, 2007. NAICS Code 524298 entitled, "All Other Insurance Related Activities," with a $6.5 million size standard threshold. Product Service Code R409 entitled, "Prof. Services/Program Review-Development." CLOSING DUE DATE: DECEMBER 3, 2007 TIME: 4:00 P.M. EASTERN TIME (ET) INSTRUCTIONS TO OFFERORS Quotations shall consist of separate written Technical and Price quotes. Offers must include the following information in a cover letter or on the title page of their technical and price quote: 1. Tax Identification Number (TIN) 2. Dun & Bradstreet Number (DUNS) 3. North American Industrial Classification System (NAICS) Code 4. Product Service Code (PSC) 5. The validity period of the quote (Offeror's quote(s) must be valid for at least 60 calendar days) Offeror's must also ensure that their firm is registered with the Central Contractor Registration (CCR). For information, refer to http://www.ccr.gov. All Offeror's quotations shall cite the RFQ Order Number and project title. The quotation shall also list the Offeror's point of contact for this project including name, title, address, phone number, and email address on the title page of each volume. All Offerors must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered on the ORCA website, it must be indicated in the offer. The Offeror's written quotation shall be submitted in two (2) separate volumes: Technical and Pricing. As an addendum to FAR 52.212-1 titled, "Instructions to Offerors--Commercial Items" Offerors are instructed to submit quotations as following: TECHNICAL QUOTE Technical quotes are limited to 35 pages, on standard letter-size paper. All pages shall have a minimum of a 1-inch margin on the top, bottom, left, and right. Page numbering, offeror identification, and disclaimers may be placed in the 1-inch margin. Font size shall be no smaller than 12 point. The 1-inch margin required for text pages is not required for foldouts. Electronic versions of the proposal shall be submitted in Microsoft Word?, Excel?, and Project?, as appropriate. The Government will not count the following documents toward the 35 page limit: " Charts, Tables and Graphs (when on separate pages) " Letter of Transmittal (cover letter). " Title Pages. " Divider Pages. " Table of Contents " List of Exhibits IMPORTANT: No Price or Cost data should be in the Technical quote Technical quotes shall contain the following elements: 1.1 Technical Approach, containing a technical discussion covering the following points: a. A discussion of how the offeror would perform a complete evaluation of the program's rating, the program's pricing procedure, and the applicable sections of the Crop Insurance Handbook. b. A discussion of how the offeror would perform a complete evaluation of the crop provisions and special provisions and how they fit within the framework of the Common Crop Policy Basic Provisions and the Catastrophic Risk Protection Endorsement. c. A discussion of how the offeror would perform a complete evaluation of the loss adjustment procedures. d. A discussion of how the offeror would perform a complete evaluation of the specific program issues in Section 2.2 of the Statement of Work. e. A discussion of how the offeror would perform a complete evaluation of the data reporting requirements. f. A discussion of how the offeror would perform a complete evaluation of the insurance program data. g. A discussion of how information addressing the customer (insured producer) satisfaction/dissatisfaction with the crop insurance program as well as how information on what the customers liked/disliked about the crop insurance program will be obtained. h. A discussion of how information from uninsured producers in the areas on the reasons they did not use the crop insurance program will be obtained. i. A discussion of how information addressing the delivery system satisfaction/dissatisfaction with the insurance program will be obtained. 1.2 Capabilities Statement, detailing: a. Your key personnel (those who would have primary responsibility for performing and/or managing the project, including subcontractors) with their qualifications and specific experience, particularly for previous work of this nature; Organizational experience for your organization (to include contract number & project description, period of performance, dollar amount, client identification with the reference point of contact & telephone number, and identification of any problems encountered on identified contracts and the corrective action taken). The Government may use this organizational experience information to evaluate the Past Performance factor. If RMA does not have past performance information for the offeror from the three years prior to the date of this solicitation the government will obtain past performance information by contacting the offeror's references. The areas of past performance surveyed are included in Past Performance Questionnaire, included in the solicitation. The Government may also consider past performance information obtained through other sources. b. Disclosure of any knowledge of any consultants or key personnel being proposed, and identification thereof, which have an agreement or employment arrangement in effect with another offeror under this solicitation or another contractor having an active contract with the Risk Management Agency. In the event there is a (potential) conflict of interest, the offeror shall identify as such in the Organizational Conflict of Interest Certification/Disclosure Statement. 1.3 Project Management Plan, containing: a. Work Breakdown Structure-a preliminary work breakdown structure (WBS) organized around the contract deliverables, and identifying work activities (tasks) to the work package level, and labor resource estimates (categories and hours) assigned to each task. b. Delivery Schedule-your proposed delivery schedule will be evaluated as part of the technical proposal evaluation process. c. Quality Control Plan-how you will identify and maintain quality standards, keep the project on time during each task, and monitor and report task progress. The plan should include 1) a method to monitor and report task progress, 2) a detailed narrative specifying the quality control progress flow including who reviews, rejects, or accepts work and how that information is reported, stored, and processed, 3) what corrective actions will be taken to meet deliverable due dates if the task is off schedule, and 4) a quality control matrix of the productive hours each skill type will devote to quality control on each task. PRICE QUOTE The Price and Cost (Business) Quote shall be separate from the Technical Quote. The offeror shall propose prices that directly correspond to the deliverables and services offered. If additional deliverables are proposed (or fewer), the offeror shall include those deliverables separately in an alternate proposal. Full descriptions and justifications for the additional deliverables shall be included in the alternate technical proposal. The price/cost proposal must also include the following: 1. Prices for all work identified in this solicitation. Labor hours, categories (indicating if the SCA applies), and charges, other direct charges, travel expenses and methodology for determining travel costs, and other direct costs shall be shown for the deliverables and major components of deliverables in order to facilitate the Government's assessment of cost realism and performance risk. 2. Subcontractors (Consultants and Subject Matter Experts): Each offeror's written price/cost proposal shall contain the following information for each subcontractor that will provide work under this proposal: " Name of the company and individual; " Type of work, hourly rate, and number of hours; " Total labor cost of subcontractors proposed, and its corresponding percentage of the proposal's overall labor cost 3. Offerors shall propose a payment schedule suitable for the type of contract proposed (see FAR clause 52.232-16 "Installment Payments for Commercial Items"). For firm-fixed-price deliverables, the proposed payment schedule may correspond to actual deliverables submitted under the contract. NOTE: In an effort to receive the highest quality solution at the lowest possible price the Government requests all available discounts on all materials and services offered by Contractors for this requirement. Contractors are encouraged to offer discounts below open market rates. When discounts are offered, quotes must clearly identify the open market price and the discount price for the labor rate being discounted. Assumptions and Conditions. The Offeror shall detail all assumptions and conditions upon which the Offeror's quotation is based. If no assumptions or conditions are taken by the Contractor, this section should include the statement, "No assumptions or conditions are taken." CONFLICT OF INTEREST CERTIFICATION/DISCLOSURE The Offeror must submit with the quote a completed Conflict of Interest Certification/Disclosure statement. The OCI Certification/Disclosure statement is included in the provisions and certification section of the solicitation. The following certifications, provisions, clauses, statement of work apply to this acquisition and are included in documents applicable to this solicitation, which are available to view at: http://govworks.gov/vendor/csolicit.asp: PROVISIONS AND CERTIFICATIONS A. 52.252-1 Provisions Incorporated by Reference B. 52.212-1 Instructions to Offerors--Commercial Items C. 52.219-6 Notice of Total Small Business Set-Aside D. 52.212-2 Evaluation - Commercial Items E. 52.212-3 Offeror Representations and Certifications - Commercial Items F. 52.232-13 Notice of Progress Payments G. Organizational Conflict of Interest Certification/Disclosure statement CLAUSES, STATEMENT OF WORK AND ATTACHMENTS 1. Statement of Work 2. 52.252-2 Clauses Incorporated by Reference 3. 52.212-4 Contract Terms and Conditions-Commercial Items 4. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 5. 52.204-4 Printed or Copied Double-Sided on Recycled Paper 6. 52.217-8 Option to Extend Services 7. 52.227-14 Rights in Data-General 8. 52.232-16 Progress Payments 9. PP05-05 GovPay E-Invoicing 10. Attachment 1 The full text of the provisions and clauses are available at: http://www.arnet.gov/far/ or http://farsite.hill.af.mil. Instructions for Submission: Offerors must submit Technical and Price Quotes in separate volumes, electronically, via email to melissa.onyszko@aqd.nbc.gov by the closing date of December 3, 2007 by 4 P.M. Eastern Time (ET). Offerors are advised that failure to submit a response by this date and time may result in their quotation not being considered. NOTE: Due to email server and pipeline limitations, please limit the size of each email with attachments to 3MB. If the Offeror does not have access to email, offers must be mailed to: Attn: Melissa Onyszko NBC/Acquisition Services Directorate (AQD) 381 Elden Street, Stop Suite 4000 Herndon, VA 20170 Please be advised that Acquisition Services Directorate is located in a secure building. If offers are hand delivered, please ensure the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call the Point of Contact listed above on phone no. (703) 964-3641. A staff member will meet the courier to receive the submittal. TECHNICAL QUESTIONS Offerors must submit all technical questions concerning this solicitation in writing (e-mail is acceptable) to the Contracting Officer, melissa.onyszko@aqd.nbc.gov. All questions must be received no later than November 23, 2007. Acquisition Services Directorate will answer questions which may affect offers in an amendment to the solicitation. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. The Offeror or source of the question will not be referenced when issuing an amendment to the solicitation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=370840)
 
Record
SN01453240-W 20071117/071115225105 (fbodaily.com)
 
Source
FedBizOpps 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.