Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

R -- PRESOLICITATION NOTICE - Administrative Management and General Management Consulting Services

Notice Date
7/16/2009
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009R4010
 
Response Due
9/9/2009
 
Archive Date
8/25/2010
 
Point of Contact
Rochelle Lee 757-322-4182 Contracting Officer - Rochelle Lee, Naval Facilities Engineering Command, Norfolk, Virginia
 
Small Business Set-Aside
N/A
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The NAICS code for this solicitation is 541611, Administrative Management and General Management Consulting Services. The size standard for small business is $7,000,000.00. The Government intends to award an indefinite delivery, indefinite quantity contract for one base year and four one-year option periods. The total maximum value for the contract is $1,950,000.00 inclusive of the base year and all options. Work will be issued via issuance of firm-fixed price task orders.Work includes services to be provided to the Utilities Rates and Studies office located at the Naval Facilities Engineering Command, Washington Navy Yard, Washington, D.C. This office includes intervention in the utility regulatory ratemaking process before various federal, state or local authorities. A major part of the office's mission is to provide effective effort in the protection of the Navy's interest in utility cases, to supply technical support for Navy representation before regulatory bodies, and to participate in regulatory proceedings to ensure that the utility rates are reasonably close to the utility's cost of providing the service, that they are not unduly discriminatory, and that the rates are just and reasonable. The intent of this contract is to provide professional expertise in certain disciplines to support the Utilities Rates and Studies office. This service will include the following:1. Review and analyze the utility's application including its filing, testimony, exhibits, and other rate case data, work papers, studies, and submit discovery questions if necessary, as they relate to Cost Allocation and Rate Design.2. Prepare suggested cross-examination questions for all witnesses of adversary parties.3. Prepare testimony and attend hearings if the regulatory authority requires oral presentations of the testimony. If such is required, the Contractor's witness shall also provide case counsel with the technical support. The witness will also be subject to cross-examination by any part to the proceedings. Testimony is to be presented on behalf of the Navy, DOD, and all other Federal Executive Agencies for consideration by the regulatory authority.4. Provide technical notes for the preparation of legal briefs5. Analyze orders of the regulatory body, and prepare a final report identifying the treatment of the issue presented by the Navy. Other services contractor is to provide may include a preliminary analysis report to be performed for a determination to be made as to whether there is a need for intervention or other Navy action. The contractor may, on his own, identify potential issues that can be challenged in testimony, an estimate of the cost savings if the challenged issues are successfully litigated and a commentary regarding the likelihood of success in the challenge of each issue and bring them to the attention of the Utilities Rate and Studies Office without being solicited. The Contractor shall perform utility-related studies as may be required by the Government. The deliverable item shall be a report. The Government may award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation represents the BEST VALUE to the Government, price and technical factors considered. For this acquisition, the evaluation factors are Factor 1 -Corporate Experience; Factor 2 - Professional Experience and Educational Qualifications of individual expert witnesses; Factor 3 - Organizational Capability and Personnel Staffing; Factor 4 - Past Performance. The Government reserves the right to reject proposals at any time prior to award; to negotiate with any and all proposers; use tradeoff processes when it is in the best interest of the Government; to consider award to other than the lowest priced proposer or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (BEST VALUE) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT MAY EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING PROPOSALS WILL NOT BE COMPENSATED FOR ANY EXPENSES INCURRED IN THE PREPARATION OF THEIR PROPOSAL. The solicitation will be issued on or about 29 July 2009. The due date for receipt of proposals is approximately 9 September 2009. The solicitation will be available in electronic format only. All documents will be in Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the files may be downloaded from the Adobe Website. The Request for Proposal will be made available via the Federal Business Opportunities Website (www.FBO.gov) and or the Navy Electronic Commerce Online website (www.neco.navy.mil). All prospective offerors should download all pertinent documents from those websites. Notification of any changes to this solicitation will be made on the FedBizOpps website. Therefore, it is the offeror's responsibility to check the internet sites regularly for any changes (amendments) to the solicitation. Requests for documents by phone, email or fax will not be honored. All responsible offerors may submit a proposal for consideration. All interested offerors must be registered in the Department of Defense Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DOD contracts. In conjunction with information required by the CCR, proposers shall insure that they have complied with requirement under FAR 52.204-8, Annual Representations and Certifications which requires offerors have completed the annual representations and certifications contined within the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov. Information regarding this registration may be obtained by accessing the website at www.ccr.gov. Inquiries shall be emailed to Rochelle.lee@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009R4010/listing.html)
 
Record
SN01878615-W 20090718/090717001554-62b8cdbf7141455d2c274dcfc6cb1fce (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.