|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103DHHS, Office of the Secretary, Office of Acquisition Management; Room
443H, Humphrey Building; 200 Independence Avenue, S.W.; Washington, DC
20201 R -- COST AND PRICE ANALYSIS SERVICES SOL RFP-06-98-HHS-OS DUE 052998
POC Point of Contact: Cheryl Howe, Contract Specialist, 202-690-5552
This is a combined synopsis solicitation for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested in
response to the following statement of work and a written solicitation
will not be issued. This is a request for proposal, RFP-13-98-HHS-OS.
This solicitation document and its incorporated provisions are those
in effect through Federal Acquisition Circular #97-04. This is a small
business set-aside which will result in the award of a task order type
contract with firm fixed price task orders. The SIC code for this
acquisition is 8721, size standard $6.0. The period of performance
shall be one year with four option years. TITLE: Provide Cost and Price
Analysis Services for the Office of Acquisition Management. STATEMENT
OF WORK: The contractor shall perform contract price and cost analysis
in the Office of Acquisition Management and shall be responsible for
analyzing a variety of proposed procurements, supplemental
procurements, contract changes, price redeterminations, terminations,
and other acquisition actions as required. Analyses involve a wide
range of factors affecting contractor's cost and prices, although
pertinent historical data are generally available. The cost analyses
shall be done in accordance with the Federal Acquisition Regulations,
the Department of Health and Human Services Regulations and other
applicable laws and regulations. Duties consist of the following: 1)
Analyzes and evaluates unit cost and pricing data contained in
proposals to determine reasonableness of all elements of cost. 2)
Prepares report of findings for forwarding to the contracting officer.
The report shall include a detailed cost breakdown of the costs
proposed, questioned, and recommended, along with notes explaining the
rationale of the costs recommended and/or questioned. The reports
shall be submitted to the contract specialist for review. The reports
must be completed, in typed format, within the deadlines established by
the Director, Office of Management Acquisition (usually 3 -- 10
workdays). 3) Performs analysis of contractor's projected estimated
cost for reasonableness and fairness. 4) Consults with contractor
personnel, auditors and administrative personnel to determine that
pricing, make or buy decisions, and all cost impact decisions are in
the best interest of the Government. 5) Assists in establishing the
prenegotiation pricing position. 6) Attends conferences between the
contracting officer and contractors relative to pricing actions, and
presents reasons for arriving at determinations of allowable costs and
recommendations made. Assists the contracting officer in negotiations
as requested. 7) Ascertains reasonableness of proposed labor and
overhead rates and labor escalation factors based on audit reports or
other available sources, e.g., rates in the Department of Labor Index,
labor unions agreements, payroll records, salary and wage schedules,
and publications of recognized economic forecasting services. Analyzes
cost data contained in proposals, which relate to price revisions due
to escalation and changes in procurement requirements. 8) In cases
where indirect cost rates cannot be verified by DCAA or other
Government agencies, the contractor shall be responsible for
determining the accuracy of the indirect rates proposed. If necessary,
visits contractor's facilities to obtain, verify, and analyze data
offered in support of proposals when adequate data or information is
not furnished or available. (End Statement of Work) The provision at
FAR 52.212-1, Instructions to Offerors- Commercial, applies to this
acquisition. Submissions shall consist of a pricing proposal and a
technical proposal (an original and two copies of each). The pricing
proposal shall consist of the following information completed: Basic
Year -- $__ ____ hourly rate x 1860 hours = $__ _&llmdash; ___; Option
Year I -- $__ ____ hourly rate x 1860 hours = $__ __ ___; Option Year
II -- $__ ____ hourly rate x 1860 hours = $__ __ ___;Option Year III
-- $__ ____ hourly rate x 1860 hours = $__ __ ___; and Option Year IV
-- $__ ____ hourly rate x 1860 hours = $__ __ ___ (Note: the number of
hours provided, 1860 per performance period, is an estimate and is
being used for evaluation purposes only) . The hourly rate given must
be supported by a detailed breakdown indicating how it was derived, or,
if the hourly rate is a previously established commercial or government
rate, offeror may submit copies of prior invoices paid and add
documentation for any changes made in the option year pricing. The
total points for the pricing proposal shall be 20 points. The technical
proposal shall consist of a cover sheet on letterhead stationary
listing the RFP being responded to, the offeror's name, location, and
telephone/fax numbers, a statement indicating understanding of the
requirements and a resume detailing the qualifications of the offeror.
The technical proposal should address this requirement in sufficient
detail that the following criteria can be used to evaluate the
technical submissions: 1) Demonstrate skills in assisting with
negotiations, production of cost/analysis reports and development of
prenegotiation positions leading to award of contracts (16 points); 2)
Demonstrate skills in analysis of cost estimates/proposals to
establish reasonable prices (13 points) ; and 3) Qualifications include
a degree in business and subsequent advanced training courses related
to work specified (11 points) (Total: 40 points for technical). As a
separate part of the technical proposal, include past performance
information on three of the most recent, similar jobs done including
company/agency name and telephone and FAX numbers for a contact person.
The following factors shall be used to evaluate past performance: 1)
previous experience working with both Federal Acquisition Regulations
and the Health and Human Services Acquisition Regulations (14 points);
2) a minimum of three years experience in analysis of cost proposals
resulting in award of cost reimbursement and task order type contracts
(14 points); and 3) a minimum of 3 years performing similar work (12
points) (total 40 points for past performance). The evaluation will be
weighted 40% for the previously listed technical factors, 40% past
performance qualifications of contractor and 20% cost. Offerors must
include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer
(as part of the business proposal). The clause at FAR 52.212-4,
Contract Terms and Conditions- Commercial Items, applies to this
acquisition. Any clauses or provisions referenced in this notice can be
accessed through the Internet address that follows:
http://www.arnet.gov Offers are due May 29, 1998, by 4:00 PM EST, at
the following location: Department of Health and Human Services,
OS/Office of Acquisition Management, Room 443H, Humphrey Building, 200
Independence Avenue, SW, Washington, D.C. 20201, ATTN: Cheryl Howe.
The contact point shall be Cheryl Howe, 202-690-5552. Amendments to
this solicitation, if any, shall also be published as a Commerce
Business Daily synopsis. (0142) Loren Data Corp. http://www.ld.com (SYN# 0087 19980527\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|