Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

R -- Assessment of the Financial Impact and Implications of Critical Defense Industry Suppier Relationships

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-03-T-0141
 
Response Due
9/15/2003
 
Archive Date
11/14/2003
 
Point of Contact
Jeannette Jordan, 703-697-1274
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(jordajn@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 b eing requested and a written solicitation will not be issued. The Department of the Army, Defense Contracting Command-Washington (DCC-W), 5200 Army Pentagon, Washington, DC 20310-5200 intends to award a contract under full and open competition for a source of Assessment of the Financial Impact and Implications of Critical Defense Industry Supplier Relationships. The Office of the Deputy Under Secretary of Defense for Industrial Policy (DUSD(IP)), Industrial Base Transformation Directorate (IBT) is the anal ytical focal point for industrial base competitiveness and financial health issues of interest to the Department of Defense (DoD). A primary responsibility of IBT is to participate in DoD policy development and decisions regarding mergers, acquisitions, a nd other corporate relationships between defense suppliers, particularly as they have substantial impact on the overall structure, competition and technological innovation of the defense industry at all levels of the supply chain. OBJECTIVE: The overall objective of the task is to characterize the financial dimensions of select corporate mergers and acquisitions within the defense industry and assist the staff of the ODUSD(IP) in the development of assessments of the subject transactions. TASK DESCRIPTION: The contractor shall: Analyze the financial impact of six (6) selected corporate transactions (identified by ODUSD(IP)), as they arise throughout the period of performance of the contract. Provide substantive input into development of IP briefings (graphics, charts, sensitivi ty analyses, etc.) Address both the financial health of the target firm as an ongoing concern, and the effect of the acquisition on the financial condition of the buyer, specifically answering the questions: ???? Can the buyer afford the acquisition without negative impact on ongoing operations, such as its ability to sustain necessary research and development for future innovation and competitiveness? ???? Is the target firm a financially viable stand-alone enterprise going forward? Analytical treatments should include analysis of impact on cash position relative to debt service and effect on forward earnings per share. Analyses should include high, low and neutral projections over a 3-5 year period with comparative assessment relati ve to industry benchmarks, where possible. Sensitivity analysis should be performed around the variables of purchase price and deal composition in addition to performance expectations. STUDY DELIVERABLES AND DURATION: For each transaction, the Contractor shall provide annotated briefing charts summarizing their analysis, within 2 weeks of notification, unless otherwise directed. In some cases, additional financial analysis may be required of larger complex cases, resul ting in a larger annotated briefing. After submission of the base briefing report of findings, some tailoring of analysis and data rendering may be required to support development of IP briefings for senior DoD officials. BILLING: The contract shall bill the government as appropriate or necessary for partial performance of tasks described herein. TRAVEL: Travel should be limited to an average of one trip (duration of 2 days, for 2-3 people, as needed) to Washington, DC to present results of analysis per transaction. PERIOD OF PERFORMANCE: Period of performance for each individual transaction is as stated above??????2 weeks from time of notification to initial report of findings, with follow-on analysis and briefing support as needed. Period of performance of the contract shall be one (1) y ear from the time of contract award with 4 12-month options. LEVEL OF EFFORT: Based on a simila r past efforts, it is anticipated that a 20-25 person-days per transaction will be required, unless modified by the Contracting Officer. SECURITY: The effort shall be at the unclassified level. Handling of business sensitive/proprietary data will likely be required. As such, to be considered qualified, contractors must first demonstrate they have relevant experience and past performance accomplishing sophisticated financial analyses in the context of mergers and acquisitions. Contractors must show that key personnel have sufficient credentials, to include education and experience specific to financial analysis and the defense industry, respectively. Further, contractors must show a track record of performance on similar tasks and show no conflict of interest that co uld compromise objectivity. Finally, since the work will involve working closely with OSD staff, often with very tight timelines to complete analysis for integration into broader assessments, the contractor must demonstrate a capacity to handle multiple a nd simultaneous analyses, with start-to-finish durations of 2 weeks or less. Period of performance for each individual transaction is as stated above??????2 weeks from time of notification to initial report of findings, with follow-on analysis and briefi ng support as needed. Period of performance of the contract shall be one (1) year from the time of contract award with 4 12-month options. The contract will be on a time and materials basis. Offers must be received NLT Noon eastern savings time, Septembe r 15, 2003, email address: jordajn@hqda.army.mil or FAX: 703-695-9746. Confirm receipt of quote via email. Quotations received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Point of Contact: Jeannette Jordan, (703) 697-1274, email: jordajn@hqda.army.mil. Clauses Incorporated by Reference 52.2121-1 Instructions to Offerors??????Commercial Items, 52.212-3 Offeror Representations and Certification??????Commercial Items, 52-212-4 Contract Terms and Conditions??????Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders??????Commercial Items, 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Understanding and Compliance with requirements. The proposal will address each task area in sufficient detail to demonstrate a clear understanding of the Statement of Work (SOW). Evaluation: Does the proposal address each specific analytical requirement set forth in the SOW? To what extent does the proposal demonstrate a firm understanding of the requirements set forth in the SOW? 2. Soundness of Approach. The proposal will clearly indicate how the offeror plans to accomplish the tasks as defined in the SOW, including (but not limited to) creativity and clarity of methodology, and quality of data sources. Additionally, the proposal should provide evidence o f sufficient planning to show that work can be, and will be accomplished as required, and on schedule. Evaluation: Does the proposal include a complete plan to accomplish each requirement, including subcontracting, if any? To what extent does the offeror??????s plan demonstrate that appropriate personnel will be available employed efficiently to carry out the requirements? Is the proposed analytical methodology clearly and effectively answer questions in the task statement? Are data sources proposed s ound, viable and accessible? 3. Past Performance/Relevant Experience. The proposal will provide data on the past performance in specific contracts and work of this type, and provide information concerning performance of these contracts, particularly as it relates to the offeror??????s overall abilities. The offeror should i nclude both relevant government and private sector work, if releasable. If the offeror has past performance with government antitrust and/or technology security reviews, it should so state, and describe the nature and extent of the experience. Evaluation: The evaluation will consider the level of past performance in terms of the number of years and its relevance to the tasks listed in the SOW. Past performance will be evaluated considering its quality based on the materials furnished for evalu ation. For work used to show relevant, provide a contract number, government point of contact with address and phone number, and period of performance. 4. Key Personnel. The offeror will furnish a resume or summary of qualifications for all key personnel and highlight their designated task roles. Resume(s) must include education, experience, background, accomplishments, and other pertinent information. Evaluation: The proposed key personnel will be evaluated to the extent that their education and experience clearly demonstrate qualifications sufficient to fully perform the tasks listed in the SOW. 5. Price - Although price is a substantial consideration it is less important that technical/personnel/oral presentation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly un balanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause)
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00425398-W 20030906/030904213411 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.