SOLICITATION NOTICE
R -- R--Indefinite Delivery Requirements Task Order Contract for Development of a Service-Wide Indirect Reimbursement Rate
- Notice Date
- 10/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, US Fish & Wildlife Service - R7 Contracting & General Services1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
- ZIP Code
- 99503
- Solicitation Number
- 701819R003
- Response Due
- 10/30/2008
- Archive Date
- 10/2/2009
- Point of Contact
- Paul Griffin Contracting Officer 9077863408 paul_griffin@fws.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- Request for proposals for Indefinite Delivery/Indefinite Quantity Task Order Contractsfor development of a Fish and Wildlife Service, Region-wide Indirect Cost RateFWS # 70181-9-R003 This is a combined synopsis/solicitation request for proposals for commercially available services prepared in accordance with FAR Subpart 12.6 and FAR 15.203 (e)(1) through (e)(9), supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The US Fish and Wildlife Service, Region 7, Alaska is soliciting for Indefinite Delivery Task Order Requirement proposals to complete the following described work. The solicitation number for this request is 70181-9-R003 and the solicitation is issued as a request for proposal (RFP). The incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-27) and the Federal Acquisition Regulation (FAR). The NAISC classification code for this solicitation is: 541611, and Product Service Code is: R499. This solicitation is being advertised as a small business set-aside and the small business size standard is $6.5M. The Base Period of performance for this requirement shall be date of award through September 30, 2009, however any awarded contract shall be inclusive of optional extension periods as outlined below. The exercise of any such optional extension period is at the sole discretion of the government and shall not guarantee a multiple year contract. In addition to the statement of work outlined below, the anticipated first task order is also being provided to this announcement as attachment #1. Attachment #2 outlines the process and weighted catgeories which shall be utilized to evaluate proposals received. Vendors seeking additional information on this solicitation may contact the US Fish and Wildlife Service Contracting Officer, Paul M. Griffin, at phone (907) 786-3408, fax: (907) 786-3923, or email: paul_griffin@fws.gov. Key Date: Proposal deadline is 2:00pm Alaska time October 30, 2008 STATEMENT OF WORK:Background:The US Fish and Wildlife Service (Service, FWS) may recover indirect costs associated with work conducted on Natural Resource Damage Assessment and Restoration (NRDAR) activities or response to various types of contaminant spills. Until recently, several Regions within the Service had no established policies or procedures for calculation of indirect cost. The policies and procedures that currently exist for calculating indirect costs and documenting NRADR costs vary from Region to Region. This inconsistency in how each Region compiles the cost documentation package and assesses indirect rates in NRDAR activities leave the FWS vulnerable to legal challenges from Responsible Parties (RPs) as to how indirect costs are calculated and reduces credibility with co-trustees. When costs are not well documented, they may be dropped from the claim by the Office of Solicitor or Department of Justice. This is a loss of potential millions of dollars that the FWS might otherwise have been able to recover. Absorbing indirect costs of NRDAR activities leaves less funding available for other mandated activities. Current issues with NRDAR indirect rates include:"Service-wide rate does not include all NRDAR activities in the base formula"Inconsistent methods and application of indirect cost rates by Regions"Some Regions are not including indirect cost as part of settlement"Unknown data sources to document Regional and Field Office indirect rates"Most Regions that do recover their indirect cost do not have those cost distributed through FFS To address inconsistent recovery of indirect cost, the Assistant Director for Fisheries and Habitat Conservation established three teams in December 2005. One team (Quick Fix Team) was to review existing methods being used within the Service for calculating indirect costs, and then propose a simple interim method for use by Regions lacking a procedure for cost recovery for NRDAR and spill response. A second team (Indirect Rate Team) was tasked to review the options for calculating indirect costs at each level of the FWS and either develop a standardized methodology for recovery of FWS indirect costs associated with NRDAR and Spill Response work or oversee a contractor who would develop a standardized methodology that would be able to withstand a challenge in court. The third team (Cost Documentation Team) was to develop a standard FWS cost documentation package for use in documenting all cost associated with NRDAR and spill response activities. Required services:The U.S. Department of the Interior, Fish and Wildlife Service (Service) requires contractor support services to provide expertise in the technical areas of cost accounting management; cost recovery; activity based costing; and development of a Natural Resource Damage Assessment and Restoration (NRDAR) activities or Spill Response indirect rate to be used by the Service in its cost recovery efforts. The contractor will, based on background research and cost pools, develop a NRDAR indirect cost rate, under the terms and conditions of individual task orders placed. This will be one rate for all levels within the Service. The rate will factor in analysis of cost behavior/driver analysis, and allow the Service, overall, to recover full costs. The Contractor will perform all necessary technical analyses. The rate must be technically and legally defensible and in full compliance with the requirements of OMB Circular A-25, OMB Circular A-34, OMB Circular A-97, 346 DM 1-4 (Cost Recovery). The contractor will update national and/or regional policies/procedures to ensure consistent application of the NRDAR indirect cost rate. The contractor will provide training to regional and national staff on NRDAR indirect cost rate. Contractor will develop training materials and provide instructional materials (i.e., slides, instructor notes). The contractor will assist the Service in the development of Service wide administrative support services quality and production measures of performance that will serve as the platform for shared administrative services across the organization. The contractor will also provide a linkage between the Chesapeake Bay SHC model cost and performance data and the identification of employee owned skill needed to deliver the work. In addition, the contractor will conduct a work process and cost analysis of the Region 5 internal grants submission, approval and allocation process. Develop recommendation (s) for work process improvement aiming at improvements by means of elevating efficiency and effectiveness of the processes that exist within and across Region 5 organizations. Description:This contract is intended to serve the U.S. Fish and Wildlife Services (Service), Region 7, Anchorage, Alaska, and the Division of Financial Management, Arlington, Virginia, as well as any other Service Program/Office which may require services in the areas of: 1)Financial and cost accounting management;2)Business process analysis and improvement;3)Policy/procedure documentation4)Building out focal area cost and performance-based model (s);5)Building out a human capital/workforce analysis methodology and analysis to prototype in focal area efforts; 6)Providing business process improvement services to streamline Service internal program/grants/agreement decision making business processes and improve efficiency and effectiveness Specifications:The contractor shall have ability to provide all services and personnel, as well as demonstrate expertise in the technical areas of cost accounting management; cost recovery; activity based costing; and the federal budget structure and its relationship to the administrative control of funds to develop an indirect rate to be used by the Service in its cost recovery efforts. Contractor personnel shall have the following skills:a. Project Director/Senior Subject Matter Expert: The contractor shall provide a Project Director/Senior Subject matter Expert who shall be responsible for the overall performance of the work. This resource will have at least 15 year experience in the federal ABC/M applications, performance measurement, and cost recovery. This resource will also have working knowledge of the Service operational, financial and business processes. b. Senior Manager/Subject Matter Expert: The contractor shall provide senior-managers and/or subject matter experts (SMEs) with at least 10 years experience and specialized knowledge in financial management, cost management, cost recovery, performance management and/or human capital management. Subject matter experts shall assist the Project Director and Manger in the performance of the work. c. Project Manager: The contractor shall provide a project manager (PM) who shall be responsible for day-to-day performance of the work. The PM will have at least 10 years of financial management, cost management, cost recovery, performance management and/or human capital management experience. d. Senior Consultants: The contractor shall provide senior consultants, with at least 5 year experience in federal financial, cost and/or performance management, and cost recovery, who will assist the PM in the performance of the work. e. Consultant: The contractor will provide consultants who will assist the PM and SMEs in the performance of the work. The Contractor will develop and provide briefings to Service personnel to describe the methodology and results of this initiative. The Contractor will provide training on indirect cost rates. Contractor will develop training materials and provide instructional materials (i.e., slides, instructor notes). The Contractor shall:1) Develop Service-wide standard Natural Resource Damage Assessment and Restoration indirect cost rate;2) Identify direct and indirect costs to be included in a Service-wide model;3) Determine cost behavior;4) Identify and document cost drivers;5) Provide briefing materials; 6) Provide recommendations to update Regional policies/procedures for consistent application of NRDAR indirect cost rate Service-wide;7) Provide training on indirect cost rate and policies/procedures;8) Provide coaching and mentoring services;9) Contractor may be required to appear in court to testify as to the development of the indirect rate. Contract Management:Primary contract management will be accomplished at the Service's Regional Office in Anchorage, Alaska. Period of Performance:It is anticipated that contract(s) awarded resulted from this solicitation will be inclusive of optional periods for extensions as follows. Execution of any such options are at the government sole discretion and may be awarded at any time following initial contract(s) award.a. The period of performance for the awarded contract(s) shall be date of award through September 30, 2009.b. Option 1 specifies the continuation of the services under this contract for an additional period of one year. In the event the Government exercises Option 1, the period of performance for this contract will be extended to cover the period from October 1, 2009 through September 30, 2010.c. Option 2 specifies the continuation of the services under this contract for an additional period of one year. In the event the Government exercises Option 2, the period of performance for this contract will be extended to cover the period from October 1, 2010 through September 30, 2011.d. Option 3 specifies the continuation of the services under this contract for an additional period of one year. In the event the Government exercises Option 3, the period of performance for this contract will be extended to cover the period from October 1, 2011 through September 30, 2012.e. Option 4 specifies the continuation of the services under this contract for an additional period of one year. In the event the Government exercises Option 4, the period of performance for this contract will be extended to cover the period from October 1, 2012 through September 30, 2013. 2. Commencement of Delivery on Individual Task Orders. The Contractor shall begin delivery on each task order as specified after receipt of each order unless otherwise directed by the Contracting Officer. 3. Continuous PerformanceTimely delivery of the required items on each individual delivery order within the Time period agreed upon is critical. All work shall be conducted in such a way as to demonstrate the ability to deliver all documents in final form within the established performance period. 4. Completion of Task OrdersEach task order shall be considered to be completed when al deliverables have been delivered and the Contracting Officer has issued a written determination that the deliverables conform to the requirements of this contract and the specific delivery order. 5. DeliverablesThe specific deliverable(s) required under each task order will be specified in each individual task order. All deliverables shall be submitted to the address specified in the individual task or delivery order. Each contract awarded, as well as if multiple contracts are awarded, shall incorporate one or more of the following clauses, by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acqnet.gov/far http://www.doi.gov/pam:ClauseTitleDate52.212-3 Instructions to Offerors-Commercial items June 200852.212-3Offeror Representations and Certifications-Commercial ItemsNovember 2007 52.212-4Contract Terms and Conditions-Commercial ItemsApril 200852.212-5Contract Terms and Conditions required to implement Statues or Executive Orders-Commercial ItemsJune 200852.216-18OrderingJune 200752.216-19Order limitationsJune 200752.216-21RequirementsJune 200752.217-5Evaluations of OptionsFebruary 200752.217-08Option to Extend ServicesFebruary 200752.217-09Option to Extend the Term of the ContractFebruary 200752.227-14Rights in Data-GeneralJune 200852.232-19Availability of Funds for the Next Fiscal Year The following Clauses cited in 52.212-5 are also applicable to this acquisition:52.219-6Notice of Total Small Business Set-Aside52.219-28Post-Award Small Business program Representations52.222-3Convict Labor52.222-19Child labor-Cooperation with Authorities and Remedies52.222-21Prohibition of Segregated Facilities52.222-26Equal Opportunity52.222-35Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans52.222-36Affirmative Action for Workers with Disabilities52.222-37Employment Reports of special Disabled veterans, Veterans of the Vietnam Era and other Eligible Veterans52.225-1Buy American Act-Supplies52.232-33Payment by Electronic Funds Transfer-Other than Central Contractor Registration Full Text Copies of the representations and for other cited provisions and clause may be obtained by visiting www.arnet.gov/far Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Application and Submission InformationThe Government anticipates award of an indefinite delivery requirements task order contract. Offerors should submit an original proposal and 3 additional copies each of a technical proposal and cost proposal for the contract. Also, an original proposal and 3 copies each of a technical and cost proposal for the task order. Offerors also must complete FAR 52.212-3 Offeror Representations and Certifications, provide a Duns Number for their company, and ensure completion of registration at www.ccr.gov. Offorers who have completed both CCR registration and ORCA registration at www.orca.gov (Online Representations and Certifications) are exempt from providing this information with their proposal. As contract award shall be highly dependant upon the most highly qualified proposals received, contractors are encouraged to be as detailed as possible when submitting proposals and should outline individual unit prices for each type or portion of work such as per hour, per job, per each, per day, etc. Fees outlined which are based on percentages of work or units shall also be outlined within the proposal. Proposals shall be as complete as possible and describe experience, past performance, key personnel, unit and itemized pricing, and any other pertinent information which relates to the statement of work. Proposals Submission Point of Contact:Paul M. GriffinContracting Officer1011 East Tudor Rd, MS 171Anchorage, AK 99503-6619Phone (907) 86-3408Fax: (907) 786-3923Email: paul_griffin@fws.gov Submission Dates and Times:Proposals must be submitted to the government by 2:00pm Alaska time October 30, 2008 to ensure expeditious and efficient review of proposals received by the Government. Applicants should request an automatic email notification of delivery when they send their application to the Government Contracting Officer, if doing so electronically. It is suggested that a verbal confirmation of Government receipt of your proposal package be obtained by the Government Contracting Officer posting this solicitation by calling (907) 786-3408. The Government does recognize that some applicants may not have access to email and in those cases we will accept proposals by fax or mail providing they are postmarked by 2:00pm Alaska time October 30, 2008. Should you wish to submit a proposal via fax or mail service, you MUST call the contracting officer above to inform them that you have submitted a proposal in this format prior to close of business October 30, 2008 (5:00pm Alaska Time UTC -8). Award Notice Information:Award notices will be provided via www.fbo.gov following contract award. Notice of a successful proposal is not an authorization to begin performance (pre-award costs are incurred at the recipient's risk). A contract signed by a USFWS warranted contracting officer and a formal Notice to Proceed will constitute authorization to begin performance. It is estimated that award(s) will be made approximately 45 days following the posting of this notice, however this shall strictly be dependant upon the length of time evaluation and proposal review, and the amount of proposals received. See Numbered Notes 1 and 13.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd86de64f0c11fe9986c17af9c3d6c75&tab=core&_cview=1)
- Place of Performance
- Address: All Regions of the US Fish and Wildlfie Service with contract management and oversight at the US Fish and Wildlife Service, Region 7 Headquarters Anchorage, Alaska.<br />
- Zip Code: 99503<br />
- Zip Code: 99503<br />
- Record
- SN01687230-W 20081004/081002220527-fd86de64f0c11fe9986c17af9c3d6c75 (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 |