|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 B -- PREPARING ACCOUNTING PROCEDURES AND OTHER RECOMMENDATIONS SOL
1435-01-98-RP-3965 DUE 090898 POC J. Callas, (703) 787-1354 WEB:
Minerals Management Home Page -- for info only, http://www.mms.gov.
This is a combined synopsis/solicitation for commercial items/services
prepared under FAR Subpart 12.6, as supplemented by additional
information included in this notice. This announcement constitutes the
ONLY solicitation; offers are being requested and a written
solicitation SHALL NOT BE ISSUED. Solicitation 1435-01-98-RP-3965 is a
Request for Proposal. The Minerals Management Service (MMS) intends to
purchase "Preparing Accounting Procedures and Other Recommendations".
The MMS is providing common administrative services to other Federal
agencies on a fee for service basis using two different authorities as
follows: a cross servicing agreement under the Economy Act and
Franchise Fund (FF) under the Government Management Reform Act. Each
Act has unique statutory requirements pertaining to accounting for
work. There are three separate operating units within the Service
providing common administrative services to Federal agencies. The
operating units and services are as follows: the Western Administrative
Service Center is operating a Cooperative Administrative Service Unit
(CASU) in the Denver, CO, for the western United States; the Personnel
Division is providing personnel services to the Department of the
Interior and other agencies from Herndon, VA; and, the Procurement and
Support Services Division is providing nationwide acquisition services
from Herndon, VA. Travel to Denver, CO, is not expected. The three
operating units report directly to the Associate Director for
Administration and Budget and are separately managed. The Service must
comply with the Statement of Federal Financial Accounting Standard #4,
Managerial Cost Accounting Concepts and Standards for the Federal
Government, when accounting for these operations. Phase 1. Professional
services required are as follows: TASK 1. Prepare recommendations on FF
procedures for (a) billing and collecting money (b) paying contractors
and vendors providing goods and services (c) entering transaction data
in the Interior Franchise Fund (IFF) accounting system (American
Management's Federal Financial System) and in the MMS accounting system
(ABACIS) (d) withdrawing funds from the IFF and (e) establishing and
maintaining operating reserves. TASK 2. Review transaction process flow
to identify opportunities for streamlining and/or automating the
process. TASK 3. Assess the adequacy of internal controls (system and
operating controls.) TASK 4. Design formats for periodic operating
reports. TASK 5. Assess current cost tracking approaches for FF, and
make recommendations for improvements. Develop appropriate record
keeping requirements to implement. Option Phase 2: TASK 6. Recommend 3
easy to use commercial-off-the-shelf software packages for management
information, project tracking, cost and revenue reporting and the cost
to acquire, set up and tailor the application(s), including training.
MMS uses Intel/Windows 95/Exchange. TASK 7. Provide advice on a
task-by-task basis on managerial cost accounting policies and
procedures, including management advice and recommendations for the IFF
operations. TASK 8. Provide recommendations on preparing for audits of
IFF activities and accounts. TASK 9. Implement approved recommendation
under Task 6. TASK 10. Audit operations. Performance Schedule: Phase 1
work is due 60 calendar days after contract award. Phase 2 work if
tasked by the government will be performed as follows: Task 6. 30
calendar days. Task 7. To Be Determined. Task 8. 30 calendar days. Task
9. 30 calendar days. Client site work will be in the Washington, DC,
metropolitan area. The Finance Officer is primary point of contact.
Discussions with the service provider managers and the IFF may be
necessary to understand their operations. An offeror seeking additional
information on the IFF, may contact the Contracting Officer. This
additional information doesn't represent the current operating
environment, but may provide insight on the performing tasks. The
financial and business information provided by the operating units to
the contractor is confidential predecision information and shall not be
release except by MMS. The offeror must separately price Tasks 1
through 6 on a firm fixed price basis. Tasks 7 through 10 should be
separately priced on an hourly rate basis plus cost of supplies.
Offeror may propose alternate pricing solutions. Estimated level of
effort is less than a half of a person year. The government may award
one or more tasks or any combination of tasks deemed in its best
interest. Prices should be good for one year. Hourly rates should be
priced with an option for 4 additional years. HOW TO RESPOND: In order
to compete for this contract interested parties MUST demonstrate that
your organization is qualified to perform the work by providing a
Capabilities Statement detailing: (1) your key personnel (those who
would have primary responsibility for performing and managing the
study) with their qualifications and specific experience; (2) your
organizational experience and facilities; and (3) specific references
(including contract number and project description, period of
performance, dollar amount, client identification with point of contact
and telephone number) for previous work of this or similar nature that
your key personnel or organization have performed within the last
year. (REFERENCES WILL BE CHECKED). Capabilities Statements are due in
our office BY 12:00PM (NOON) on SEPTEMBER 8, 1998. Following review of
all Capabilities Statements, those having the past experience,
organizational capabilities and key personnel to perform the work will
be invited to give an oral technical presentation during the weeks of
September 9 -- 24, as well as submitting a written cost/business
proposal. The oral presentation will be an one hour discussion of the
offerors' methodology for performing the work, including a question and
answer session afterward, where the government will query the offeror
on its proposed methodology and capabilities. The oral presentation and
the question and answer session will not constitute part of the offer
and the information communicated thereby will not become a part of any
contract resulting from this RFP. Neither the oral presentation nor
the question and answer session will obligate the government to conduct
discussions or to solicit or entertain any proposal revisions. Only the
offeror's key project personnel or direct supervisor (program manager)
will be allowed to participate in the oral presentation. Key project
personnel includes only those persons who will be assigned to the
contract. Two additional people (i.e., chief executive officer company
president, legal representative, etc.) may attend if desired, but will
not be allowed to present the oral presentation except in a brief
company introduction that will not be evaluated. Offerors invited to
conduct an oral presentation must submit a written cost/business
proposal that include prices for the Tasks as described above. The
Government reserves the right to award contracts to other than the
lowest priced offer if, in its judgement, the technical superiority
outweighs the cost difference. Your Capabilities Statement will be
evaluated based on (1) your key person's skills, abilities and
experience; (2) your organizations experience and (3) past performance
(including number, size and complexity of similar projects, adherence
to schedules and budgets, effectiveness of program management,
willingness to cooperated when difficulties arise, general compliance
with the terms of the contracts, and acceptability of delivered
products). Other evaluated factors include (4) cost and managerial
accounting experience. The following provision/clauses are incorporated
by reference: 52.212-1, Instructions to Offer's -- Commercial Items
(JUN 97); 52.212-2, Evaluation of Commercial Items (OCT 97); 52.212-3,
Offeror Representations and Certifications-Commercial Items (JAN 97)
52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 97);
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (AUG 96). These documents are
current to FAC 90-46 (MAR 97) Offerors may request a copy of
provisions and clauses by calling Ms. L. Donley on (703) 787-1354 or by
sending a fax as soon as possible to (703) 787-1387. Questions should
be faxed or Emailed as soon as possible to the above fax number or
Email address Jaci.Callas@MMS.gov. The RFP number MUST be in the
subject line of the Email. All questions should additionally include
your full name and title, RFP number, your organization, complete
address, and telephone and fax numbers. TELEPHONIC QUESTIONS WILL NOT
BE ACCEPTED. Responses to this announcement should be forwarded to the
Minerals Management Service; 381 Elden Street; ATTN: J. S. Callas, MS
2500; Herndon, VA 20170. Offerors are informed that this is a secure
office complex and must not enter the building beyond the lobby. There
is a courtesy telephone near the elevators to which you may call
extension 1354 for a procurement official to pick-up your response.
Posted 08/20/98 (W-SN239846). (0232) Loren Data Corp. http://www.ld.com (SYN# 0017 19980824\B-0005.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|