SOLICITATION NOTICE
B -- To provide USDA, Risk Management Ageny with the necessary information to determine if the Group Risk Plan Rangeland-New Index Pilot Insurance Program should be modified and continued as a pilot, terminated, or converted to a permanent program.
- Notice Date
- 10/31/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- NBC - GovWorks 381 Elden Street, Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0408RQ20027
- Response Due
- 11/20/2007
- Archive Date
- 10/30/2008
- 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) 2005-20. The US Department of Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD), is issuing this solicitation, Number 1406-04-08-RQ-20027 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 the necessary information to determine if the Group Risk Plan (GRP) Rangeland-New Index Pilot Insurance Program should be modified, continued as a pilot, terminated, or converted to a permanent program. The resultant award shall be a Firm-Fixed-Price (FFP) Order. Deliverables (1-4) are FFP. Other Direct Costs for each deliverable shall be included in the FFP quote for each deliverable. Travel costs shall be on a cost reimbursable basis. THIS IS A 100% SMALL BUSINESS SET-ASIDE NAICS Code 524298 entitled, "All Other Insurance Related Activities," with a $6.5 million size standard threshold. Product Service Code B599 entitled, "Other Special Studies and Analyses." CLOSING DUE DATE: 20 November 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) 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 Offeror's 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 three (3) separate volumes: Technical, Past Performance, and Pricing. The Offeror shall only include pricing information in the Pricing volume. As an addendum to FAR 52.212-1 titled, "Instructions to Offerors--Commercial Items" Offerors are instructed to submit quotations as following: Technical Quote Submissions: The technical quotes are limited to 20 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's identification, and disclaimers may be placed in the 1-inch margin. Font size shall be no smaller than 10-point. The 1-inch margin required for text pages is not required for foldouts. Electronic versions of the quoted shall be submitted in Microsoft Word?, Excel?, and Project?, as appropriate. R?sum?s are included in the 20-page limit and shall be limited to one (1) page. The Government will not count the following documents toward the 20-page limit: o Charts, Tables and Graphs (when on separate pages); o Letter of Transmittal (cover letter); o Work Breakdown Structure; o Title Pages; o Divider Pages; o Table of Contents; o List of Exhibits. 1. TECHNICAL VOLUME A. Technical Approach Containing a technical discussion covering the following points: a. A discussion of how the Offeror would perform a complete review of the program's rating, the program's pricing procedure, and the program's underwriting guide. b. A discussion of how the Offeror would perform a complete review of the crop provisions and special provisions and how the current crop insurance program and the special provisions relate or match the Common GRP Basic Provisions and the Catastrophic Risk Protection Endorsement. c. A discussion of how the Offeror will serve as a resource for presentations to the FCIC Board or for addressing issues or concerns raised by the Board or any of its delegated independent expert reviewers. d. A discussion of planned listening sessions and 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. e. A discussion of planned listening sessions and how information from uninsured producers in the areas on the reasons they did not use the crop insurance program will be obtained. f. A discussion of planned listening sessions and how information addressing the way RMA and the reinsurance companies provide the current insurance (delivery system) and how satisfaction/dissatisfaction the insured companies are with the insurance program. g. A list of the quoted key personnel that will be involved in the project and their resumes. At a minimum, the Key Personnel shall be identified by in the quote by name; quoted labor category; education, certifications, qualifications; quoted hours allocated to the project, and availability date. Offerors shall provide key personnel r?sum?s. B. Project Planning and Management Ability In this portion of the Technical Volume, the Offeror shall submit the following: i. Work Breakdown Structure: A preliminary work breakdown structure (WBS) organized around the Order deliverables, and identifying work activities (deliverables) to the work package level, and labor resource estimates (categories and hours) assigned to each deliverable. ii. Quoted Delivery Schedule in accordance with the following: 1. DRAFT PROGRAM EVALUATION SUMMARY REPORT [To be quoted by Offeror- cannot be later than March 3, 2008] 2. ORAL PRESENTATION [TBD but within 2 weeks after submission of Deliverable #1] 3. FINAL PROGRAM EVALUATION SUMMARY REPORT [To be quoted by Offeror-cannot be later than March 31, 2008] 4. BOARD PACKAGE AND PRESENTATION SUPPORT [Offeror quotes - cannot be later than April 14, 2008]* * The Offeror's quoted delivery schedule will be evaluated as part of the Government's technical quote evaluation. Delivery must provide for the program Board Package and Presentation to be submitted to RMA by April 2008. The period of performance is expected to be from date of award through May 15, 2008. iii. Quality Control Plan: Details how you will identify and maintain quality standards, keep the project on time during each deliverable, and monitor and report deliverable 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 deliverable. 2. PAST PERFORMANCE VOLUME The Offeror shall identify three (3) Contracts with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude to the work described in the SOW. When citing each source of past performance, the Offeror shall include the following information: o Project title o Contract number o Contract amount o Period of performance o Government Agency/Organization o COTR's name, phone number, and email o Contracting Officer's name, phone number, and email o Description of the project o Information on problems encountered on the project and the Contractor's corrective actions The Government may also consider past performance information obtained through other sources. Risk Management Agency (RMA) may have an Offeror's Past Performance Information (PPI) on file to review. If RMA does not have recent or sufficient PPI to evaluate the Offeror's past performance, the Government will obtain the past performance information using the Past Performance Information (Included as attachment 2 to the solicitation). For each cited source of past performance, the Offeror shall send a Client Authorization Letter (see attachment 3 of the solicitation) giving consent for the client to respond to inquiries by Acquisition Services Directorate regarding the Offeror's past performance. Copies of each Client Authorization Letter sent shall be included in the Past Performance Volume. 3. PRICING VOLUME A. The price quote shall be separate from the Technical quote. The Offeror shall quote prices that directly correspond to the deliverables and services offered. If additional deliverables are quoted (or fewer), the Offeror shall include those deliverables separately in an alternate quote. Full descriptions and justifications for the additional deliverables shall be included in the alternate technical quote. The price/cost quote must also include the following, separated according to deliverable. 1. Prices for all work identified in this solicitation/statement of work. Labor categories and rates, 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 each deliverable in order to facilitate the Government's assessment of cost realism and performance risk. This detail includes, but is not limited to, the following: o All labor category(s) to be utilized o Offeror's labor rates to be utilized o Number of hours quoted for each labor category o All travel costs to be utilized o Other direct costs utilized o Offeror's G&A rate, if applicable 2. Subcontractors, Consultants, and Subject Matter Experts (SME's): Each Offeror's written price/cost quote shall contain the following information for each subcontractor, consultant, and SME that will provide work under this quote: o Name of the company or individual; o Type of work, hourly rate, and number of hours; o Total cost to the Government. 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." 4. CONFLICT OF INTEREST CERTIFICATION The Offeror must submit with the quotes a completed Conflict of Interest Certification. The OCI certification 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. 52.202-1 FAR Definitions B. 52.252-1 Provisions Incorporated by Reference C. 52.212-1 Instructions to Offerors--Commercial Items D. 52.219-6 Notice of Total Small Business Set-Aside E. 52.212-2 Evaluation - Commercial Items F. 52.212-3 Offeror Representations and Certifications - Commercial Items G. Organizational Conflict of Interest Certification 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. 52.232.1 Payments 9. PP05-05 GovPay E-Invoicing 10. Attachment 1 11. Attachment 2 12. Attachment 3 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, Past Performance and Price Quotes in separate volumes, electronically, via email to Contract Specialist, roger.henriquez@aqd.nbc.gov by the closing date of 20 November 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/Roger Henriquez 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 Contract Specialist, Roger.Henriquez@aqd.nbc.gov. All questions must be received no later than 12 calendar days after the date of this solicitation. 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=368943)
- Place of Performance
- Address: The primary place of performance is at the Contractor's facilities.
- Zip Code: 641051602
- Country: USA
- Zip Code: 641051602
- Record
- SN01444157-W 20071102/071031224514 (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 |