Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384

DFAS-IN Central Procurement, 8899 E 56th St, Indianapolis IN 46249-0240

R -- MARKETING SERVICES SOL MDA260-99-Q-0010 DUE 073099 POC Carol Pye, Contract Specialist, 317-510-4703/Jerri L. Stang, Contracting Officer, 317-510-4702 This is a combined synopsis/solicitation for commercial items 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 MDA260-99-Q-0010 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This acquisition is 100% set aside for small business concerns; the standard industrial classification code is 8742; the small business size standard is $5.0 million. The contract line items, quantity and unit issue are as follows: 0001, Market Analyst, 475, hours; 0002, Administrative Assistant, 200, hours; and 0003, Travel, 1 lot. The Statement of Work is as follows. 1. BACKGROUND: DFAS-Indianapolis Center (DFAS-IN) has high volume document creation and mailing equipment,as well as software to support these items. Early production time and high speed equipment affords available processing times that can be used by other government agencies. Deputy Directorate for Centralized Disbursing (DDCD) requires a competitive, negotiated level of effort contract to provide contractual marketing services for DDCD. 2. SCOPE: The scope of this effort is to provide expert marketing services. Services shall include but are not limited to: A. Utilizing the Turbo Document Processing System, the contractor shall develop and provide a marketing strategy plan. B. Providing written and verbal marketing advice and guidance. C. Assisting and negotiating with potential clients. D. Attending designated meetings, conferences and trade shows with government representatives. 3. REQUIREMENTS: The contractor shall provide all labor, materials, travel, supplies, and supervision to provide marketing services for DDCD. Technical expertise consists of knowledge with the following hardware: A. Hardware Environment, Troy Model CFO-481; Imprinter/Checksigned, Troy Model 810; Cutter with OMR, Bowe Model 310; Deflector, Bowe Model 4712; Deflector, Bowe Model 4711; Sequencer, Bowe Model 4503; Enclosure Station, Bowe Model 5552; Enclosure Station, Bowe Model 5550; Large roll handler, ESP 400; Horizontal transport for Bowe. B. Current software and PC-based software to include at a minimum: MADS software, MADCAPS software, Delphax software. C. Minimum one year experience with use of the Turbo Document creation and processing system to include Troy printer, Bowe sorters, MADS and MADCAPS software. 1. Qualification -- Contractor shall submit resume stating a minimum of one year of specialized experience on the listed hardware and software. 2. Contractor shall submit resume stating years of general business experience. D. Knowledge and experience with U.S. Government agency level finance and accounting operations. 1. Qualification -- Contractor shall submit resume stating a minimum of one year specialized experience working with government agencies. 2. Contractor shall submit resume substantiating years experience in finance and accounting operations. E. Knowledge of the potential market within the U.S. Government arena for use of DDCD services to include: 1. Treasury/disbursing operations; 2. Document creation/processing, sorting, inserting and mailing services. 3. Legislative and regulatory constraints on providing DDCD services, both in general and as it pertains to specific potential customer pools. (a) Qualification -- Contractor shall submit resume stating number of years in general business will experience in marketing strategies. (b) Contractor shall submit resume stating familiarity with general rules and regulations relative to normal business processes in the area of accounting, disbursing, accounts receivable, accounts payable, and postal regulation. 4. DELIVERABLES: Deliverables shall be focused on identifying potential customers, arranging/facilitating meetings and negotiations with those customers, and assisting in translating those customer requirements as related to DDCD's existing processes and software. Deliverables are listed in order of priority. A. Contractor shall provide a minimum of six new customer profiles. Anything over the minimum of six will be a modification to the contract. 1. Contractor shall arrange meetings and facilitate negotiations with potential customers. 2. Contractor shall provide written reports specific plans, with proposed timelines, and analysis of customer requirements/motivation and recommendations, developed for each customer pursued. Initial proposal shall provide an evaluation of the customer business process, which lends itself to DDCD support to include potential volume of business. 3. Written reports shall be provided to the point of contact in paragraph 5 of SOW within 10 days of each event specified above. 4. The contractor shall propose specific customer to pursue. B. The contractor shall develop a written marketing strategic plan. Contractor shall provide a draft marketing plan at two intervals. Intervals shall be at 25% and 50% completion of the plan. Final strategic plan to be delivered to point of contact listed in paragraph 5 of SOW within four months of the project start date. The final strategic plan includes: 1. Identifying potential customer/customer base to include recognition of appropriate volumes and complexity of potential outputs. Potential customers should be stratified based on these factors. 2. Identifying potential competitors and differentials between DDCD and those competitors in terms of costs and services. 3. Standard template for business proposals which satisfy both customer needs and government requirements. 4. Standard template for presentations to potential customers. 5. Blueprint for the process of obtaining new business from initial customer contact through first 90 days of production. C. On-site Representation -- Contractor shall advise DDCD of which shows are recommended for attendance. The contractor shall attend at least 4 trade shows with the DDCD personnel in order to make contacts with potential customers and to advise DDCD on marketing issues and perform at least 6 customer visits. Final determination on selected trade shows to attend and customer visits to pursue will be determined by DDCD. Targeted conferences are: Association of Government Accountants (AGA), American Society of Military Comptroller (ASMC), NACHA, MPX, E-Gov, Postal Forum, Xplor, and XXst Centure Commerce. Thirty days notice will be given to the contractor for required attendance to trade shows and customer visits. All travel/per diem costs will be paid in accordance with the current Joint Travel Regulations. The contractor shall provide a report for each event attended. The report shall contain a summary of the contractor's analysis and evaluation of the scope of the marketing plan and it's effectiveness. The report shall also contain suggested improvements to the process used by DDCD at the events and potential clients. The contractor shall present the report to DDCD within 10 days of the completion date of the conference. D. Bi-weekly Report -- Contractor shall submit a bi-weekly report to the POC in paragraph 5 of SOW stating number of hours worked and accomplishments. 5. Points of Contact: Janie Rappe, DDCD Operations Division, 8899 East 56th Street, Indianapolis, IN 46249-2801; Don Bowen, Alternate DDCD POC, DDCD Operations Division, same address; Carol Pye, Contracting Support Office, same address. 6. GOVERNMENT FURNISHED RESOURCES -- No Government furnished facilities, supplies and equipment will be furnished to the Contractor. 7. QUALITY ASSURANCE -- The Contractor shall ensure that the deliverables meet the requirements outlined in this SOW. The Government reserves the right to perform any independent verification and validation ensuring that services conform to prescribed requirements. 8. CANCELLATIONS -- At any time the Government reserves the right to give written notice 30 days prior to termination of the contract at no cost to the Government. 9. ADDITIONAL INFO -- Questions pertaining to this acquisition and SOW should be submitted in writing not later than 7/21/99 to the Contracting Support Office, Attn: Carol Pye, by faxing to 317-510-4698. 10. MONTHLY INVOICES -- Contractor invoices are to be submitted in triplicate to the POC listed in paragraph 5 of SOW by the 5th of each month. 11. REGISTRATION -- Prior to submitting proposals, contractor must be registered in the Department of Defense (DoD) Contractor Central Registry. 12. REFERENCES -- Contractor shall provide references of previous clients, including name, address and telephone number substantiating past performance in similar type contractual services. 13. CONTRACTOR INSTRUCTIONS -- Contractors are required to submit three hard copies of the technical proposal to the Contracting Support Office. The Technical Proposal shall be in two parts: A. PERSONAL EXPERTISE -- Detailed response to Section 3 stating how the expertise will be met including resumes. B. STATEMENT OF WORKRESPONSES -- The offeror shall reply to each paragraph of the SOW stating compliance or exception. C. The offeror shall submit pricing separately from the SOW. Performance location is Defense Finance and Accounting Service -- Indianapolis, Deputy Directorate for Centralized Disbursing, 8899 East 56th Street, Indianapolis, IN 46249. The following provisions are applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items, specific evaluation criteria: personnel/technical expertise, delivery, price and past performance. Include completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- -Commercial Items with its offer. The following clauses are applicable to this acquisition: 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; additional clauses are: 52.222-26, Equal Opportunity; 52.222-35, AffirmativeAction for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement. See Numbered Note 1. Offers are due 7/30/99 at 2:00 p.m. Central Standard Time to DFAS-IN, Contracting Support Office, 8899 East 56th Street, Room 231E, Indianapolis, IN 46249. No telephonic requests or questions will be accepted. Posted 07/07/99 (W-SN351086). (0188)

Loren Data Corp. http://www.ld.com (SYN# 0079 19990709\R-0011.SOL)


R - Professional, Administrative and Management Support Services Index Page