Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

R -- Incident Procurement Data Analysis

Notice Date
5/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Forest Service, Washington Office, Post Office Box 96090, Room RP-E, Acquisition Management, Washington, District of Columbia, 20090-6090
 
ZIP Code
20090-6090
 
Solicitation Number
AG-024B-S-08-9009
 
Point of Contact
Laurie A Sonju,, Phone: 406-273-9098
 
E-Mail Address
lsonju@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for data analysis prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-024B-S-08-9009. The solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-25. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 541990. The small business size standard is $6.5 million. Task Summary: Provide incident procurement data analysis support, to include (1) running a variety of incident expenditure and labor rate reports at the macro and micro level, (2) analyzing the data to set the baseline for contract expenditures at incidents for specified equipment and services categories, (3) identifying trends in incident procurement expenditures, and (4) developing a methodology for tracking actual expenditures and projected expenditures against agency baselines. Background: The Fire Equipment, Services, and Supplies Acquisition Analysis (FESSAA) team is part of the Acquisition Management staff at the USDA Forest Service. FESSAA is tasked with performing method of supply analysis for major categories of preseason incident procurement (e.g. preseason incident agreements, national contracts, and purchase card expenditures). A key part of method of supply analysis is the development of an appropriate baseline for expenditures, against which implemented process improvements can be assessed to determine cost savings. Multiple Forest Service and interagency systems contain information that the contractor will analyze, including: the Resource Ordering and Status System (ROSS), I-Suite, the Incident Business Database (IBDB), the Purchase Card Management System (PCMS), the Equipment and Training Inventory System (EATIS), and the Emergency Equipment Rental Agreement (EERA) database. Anticipated Methodology: The contractor will review system information (both that run by the contractor and government-provided information) and estimate the level of difficulty (including estimated timeframe) for analysis of key information from each system that pertains to a government research / analysis question (see below). The contractor will then work with the government to prioritize analytical questions to be answered, with the goal of answering key research / analysis questions in a high-quality, duplicable manner during the course of the project. Some analyses will lead to additional research questions - therefore, a complete list of questions cannot be provided at this time. Examples of research questions / analyses are listed below. In addition to the research questions, the contractor will assist the agency in developing a methodology for tracking actual and projected expenditures against agency baselines, which will take into account information to be collected, a process for information collection, and a format / formula for savings calculation. Examples of Research Questions Asked / Analyses to be Conducted: 1) How much does the Forest Service spend on incident contractor support? 1a. How much was expended on contractors for incident support in 2005 (versus the total agency expenditure, acres burned, number of incidents, days of support provided, etc.)? Focus will be specifically on EERAs. This will set the baseline for contractor expenditure, against which future years will be measured. 1b. Have there been any trends in contractor expenditure over the last three years? 1c. What is the division (estimated) of expenditures between national contracts (excl. aviation), preseason incident agreements, aviation contracts, and purchase card expenditures? 2) Within the preseason incident agreement category, what are the major areas of expenditure by equipment type (by day, by total, etc)? How many days of support is the agency using, on average, within each major equipment category? Do any significant differences in labor rate pricing exist between locations? (note that some locations use a variety of factors to determine total payment, so the labor rate per day or per hour would not be all-encompassing) 3) What are the major categories of incident expenditure on the purchase card? The Forest Service is particularly interested in expenditure on rental cars and bottled water / other water services. 4) Does the size of the incident impact the anticipated resource mix (larger incidents use more resources, but does the mix of resources remain the same)? Deliverable: The contractor will provide excel spreadsheets and a summary of the analysis and findings to the FESSAA team. Electronic submission of analysis is acceptable (paper copies are not required). An oral report-out may also be required. Skill Sets Desired: Background in financial systems analysis, including very strong Microsoft Excel database skills (e.g. pivot tables, formulas, etc). Experience working with Forest Service / Interagency systems identified above is strongly preferred. Understanding of incident procurement is preferred, but not required. Respondents should highlight their experience in the following areas: (1) financial analysis, (2) working with MS Excel databases, (3) experience working with identified systems, (4) knowledge of incident procurement requirements / processes, and (5) statistical analysis and sampling. Estimated Timeframe: It is estimated that work will start June 16, 2008. An introductory meeting will be held, where work priorities will be agreed upon, and interim due dates negotiated to ensure satisfactory progression of work. Work on the agreed upon, prioritized tasks shall begin within two weeks of the kickoff/introductory meeting. The EERA portion of the analysis must be completed no later than September 30, 2008. All work shall be completed by May 31, 2009. This contract is estimated not to exceed 640 hours. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. Quotes in response to this solicitation will be evaluated considering price and experience. Proposal Preparation Instructions: Contractor shall provide information including your company information (name, address, primary point of contact and contact information including phone number and e-mail address), DUNS number, a short summary of applicable work experience (no longer than 1 page), addressing the skill sets identified above, and a price quotation (hourly rate). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and offerors must be registered in the CCR database prior to award. Offerors may obtain information on registration via the Internet at http://www.ccr.gov. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following clauses also apply: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The full text of these provisions and clauses may be accessed electronically at http://www.gsa.gov/far/. The due date for submission of offers is May 30, 2008 at 4:30 p.m., local time, to Laurie Sonju, 5520 Dove Court, Lolo, MT 59847. All requests for information are to be addressed to Laurie Sonju, Contract Specialist, at (406) 273-9098 or sent via electronic mail to lsonju@fs.fed.us.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c62338f77cfdcd8c02db9b8919c7c9ae&tab=core&_cview=1)
 
Record
SN01568203-W 20080509/080507215542-c62338f77cfdcd8c02db9b8919c7c9ae (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  © 1994-2020, Loren Data Corp.