Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1997 PSA#1846

Department 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