|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1997 PSA#1846Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
22070-4817 R -- BUSINESS PROCESS REENGINEERING AND TECHNICAL SUPPORT FOR MINERALS
MANAGEMENT SERVICE'S ROYALTY MANAGEMENT PROGRAM SOL RFP 3863 POC Sandra
Mclaughlin, Contracting Officer, or Jenny Taylor, Procurement
Assistant, 703-787-1354 WEB: Click here for general information
regarding MMS and its programs., http://www.mms.gov. E-MAIL: Click here
to contact Contracting Officer by e-mail.,
sandra.mclaughlin@smtp.mms.gov. The Minerals Management Service's (MMS)
is seeking potential contractors to assist its Royalty Management
Program (RMP) in an in-depth reengineering effort to improve its core
business processes. [NOTE: IF AFTER READING THE WORK REQUIREMENTS BELOW
YOU ARE INTERESTED IN THIS SOLICITATION, CAREFULLY READ THE
INSTRUCTIONS INCLUDED BELOW UNDER "HOW TO RESPOND."] The RMP is
responsible for accurate, timely, and cost-effective collection and
subsequent distribution of Federal and Indian mineral lease revenues.
As a result of the Federal Oil and Gas Royalty Simplification and
Fairness Act of 1996 (RSFA), many of the RMP's historical operating
assumptions and revenue processing methods changed. Beyond the
near-term changes, longer term strategies, business processes and aging
systems must be addressed for the Program to remain cost effective and
responsive to customer needs. Consequently, RMP is conducting an
in-depth reengineering of all its core business processes. Of the three
primary steps envisioned for the overall effort, RMP is nearing
completion of the first two: (1) Confirm the motivation for change and
the vision of the result, making resource commitments, forming a
project team and writing a charter for the team that sets out business
objectives and other expectations; and, (2) assess the "as is" state
of current processes (includes documenting present process flows,
identifying key performance indicators, benchmarking with others to
determine best practices, surveying customers and establishing a
baseline against which process improvements can be measured.) This
contract will focus on assisting the reengineering team with the third
step: redesign and develop new processes with a clear focus on meeting
or exceeding the business objectives. To this end the contractor will
help test and prototype new designs, identify appropriate technologies
to support redesigned processes, assess cost/benefit implications and
develop implementation options. A contractor with technology
assessment and business process reengineering experience is required.
Performance will commence in July and is estimated to last 6 months. In
general, the contractor will: (1) conduct an initial technical
assessment of the current systems environment; based upon reengineering
team designs, suggest possible system frameworks and technology paths
to support the new processes considering a full range of technologies
including centralized, distributed and network based architectures, and
evaluating commercial off-the-shelf software, third party data sources,
best practices of similar private and public entities, and the
potential for emerging technologies. Options developed will also
address a logical path to implementation and include high level cost
estimates to build, operate, and maintain within a range of options
which could include anything from modification of the existing system
to development of an entirely new one; (2) support the reengineering
design team by developing, operating and maintaining an automated
environment where new processes can be rapidly prototyped, and assist
the team in recommending subsystems which are good candidates for
prototyping, in managing an efficient and responsive prototyping
environment, and in conducting prototyping sessions and evaluating
results; and, (3) provide an independent third party review of the new
process designs developed by the reengineering team, and in
consultation with the team, ensure that all viable options are
considered and that workable solutions are developed. Deliverables will
include, at a minimum, interim and final written products. HOW TO
RESPOND: In order to compete for this contract interested parties MUST
demonstrate that they are qualified to perform the work by providing,
WITHIN 21 CALENDAR DAYS of publication of this notice, a Capabilities
Statement [one bound original and one unbound copy] detailing: (1)
your key personnel and program manager (those who would have primary
responsibility for performing and/or managing the study) with their
qualifications and specific experience; (2) your organizational
experience and facilities; and (3) specific references (including
contract number & project description, period of performance, dollar
amount, client identification with point of contact & telephone number)
for previous work of this nature that your key personnel or
organization have performed within the last two years. (References will
be checked). Following review of all Capabilities Statements, a list of
those deemed most qualified to perform the work will be established and
the qualifiers will be notified and provided additional proposal
instructions and contract requirements. Proposals will essentially
consist of an oral technical presentation, brief written technical
summary, program management plan, and cost/business proposal. Further
details regarding proposal instructions and logistical considerations
will be provided at a later date. Your Capabilities Statement will be
evaluated based on your key persons' skills, abilities and experience;
your organization's experience and past performance (including number,
size, and complexity of similar projects, technical excellence,
adherence to schedules and budgets, effectiveness of program
management, willingness to cooperate when difficulties arise, general
compliance with the terms of the contracts, and acceptability of
delivered product.) Questions should be faxed or e-mailed as soon as
possible to fax (703)787-1009 or e-mail
"sandra.mclaughlin@smtp.mms.gov." Please include with any question(s)
or correspondence your full name, the RFP No. [3863] & title, your
organization, complete address, phone and fax numbers, and e-mail
address, if applicable. Telephonic questions or requests are strongly
discouraged. Any conflict in the due dates shown in this notice shall
be governed by this narrative (i.e. capabilities statement ARE due 21
days from posting of this notice.) Any contract award made pursuant to
this solicitation is subject to receipt of the required agency
administrative approvals. (0133) Loren Data Corp. http://www.ld.com (SYN# 0095 19970515\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|