|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384DFAS-IN Central Procurement, 8899 E 56th St, Indianapolis IN
46249-0240 R -- MARKETING SERVICES SOL MDA260-99-Q-0010 DUE 073099 POC Carol Pye,
Contract Specialist, 317-510-4703/Jerri L. Stang, Contracting Officer,
317-510-4702 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 and a written solicitation will not be issued. The
solicitation number is MDA260-99-Q-0010 and is issued as a request for
quotation (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-11. This acquisition is 100% set aside for small business concerns;
the standard industrial classification code is 8742; the small
business size standard is $5.0 million. The contract line items,
quantity and unit issue are as follows: 0001, Market Analyst, 475,
hours; 0002, Administrative Assistant, 200, hours; and 0003, Travel, 1
lot. The Statement of Work is as follows. 1. BACKGROUND:
DFAS-Indianapolis Center (DFAS-IN) has high volume document creation
and mailing equipment,as well as software to support these items. Early
production time and high speed equipment affords available processing
times that can be used by other government agencies. Deputy Directorate
for Centralized Disbursing (DDCD) requires a competitive, negotiated
level of effort contract to provide contractual marketing services for
DDCD. 2. SCOPE: The scope of this effort is to provide expert
marketing services. Services shall include but are not limited to: A.
Utilizing the Turbo Document Processing System, the contractor shall
develop and provide a marketing strategy plan. B. Providing written and
verbal marketing advice and guidance. C. Assisting and negotiating with
potential clients. D. Attending designated meetings, conferences and
trade shows with government representatives. 3. REQUIREMENTS: The
contractor shall provide all labor, materials, travel, supplies, and
supervision to provide marketing services for DDCD. Technical expertise
consists of knowledge with the following hardware: A. Hardware
Environment, Troy Model CFO-481; Imprinter/Checksigned, Troy Model 810;
Cutter with OMR, Bowe Model 310; Deflector, Bowe Model 4712; Deflector,
Bowe Model 4711; Sequencer, Bowe Model 4503; Enclosure Station, Bowe
Model 5552; Enclosure Station, Bowe Model 5550; Large roll handler, ESP
400; Horizontal transport for Bowe. B. Current software and PC-based
software to include at a minimum: MADS software, MADCAPS software,
Delphax software. C. Minimum one year experience with use of the Turbo
Document creation and processing system to include Troy printer, Bowe
sorters, MADS and MADCAPS software. 1. Qualification -- Contractor
shall submit resume stating a minimum of one year of specialized
experience on the listed hardware and software. 2. Contractor shall
submit resume stating years of general business experience. D.
Knowledge and experience with U.S. Government agency level finance and
accounting operations. 1. Qualification -- Contractor shall submit
resume stating a minimum of one year specialized experience working
with government agencies. 2. Contractor shall submit resume
substantiating years experience in finance and accounting operations.
E. Knowledge of the potential market within the U.S. Government arena
for use of DDCD services to include: 1. Treasury/disbursing operations;
2. Document creation/processing, sorting, inserting and mailing
services. 3. Legislative and regulatory constraints on providing DDCD
services, both in general and as it pertains to specific potential
customer pools. (a) Qualification -- Contractor shall submit resume
stating number of years in general business will experience in
marketing strategies. (b) Contractor shall submit resume stating
familiarity with general rules and regulations relative to normal
business processes in the area of accounting, disbursing, accounts
receivable, accounts payable, and postal regulation. 4. DELIVERABLES:
Deliverables shall be focused on identifying potential customers,
arranging/facilitating meetings and negotiations with those customers,
and assisting in translating those customer requirements as related to
DDCD's existing processes and software. Deliverables are listed in
order of priority. A. Contractor shall provide a minimum of six new
customer profiles. Anything over the minimum of six will be a
modification to the contract. 1. Contractor shall arrange meetings and
facilitate negotiations with potential customers. 2. Contractor shall
provide written reports specific plans, with proposed timelines, and
analysis of customer requirements/motivation and recommendations,
developed for each customer pursued. Initial proposal shall provide an
evaluation of the customer business process, which lends itself to
DDCD support to include potential volume of business. 3. Written
reports shall be provided to the point of contact in paragraph 5 of SOW
within 10 days of each event specified above. 4. The contractor shall
propose specific customer to pursue. B. The contractor shall develop a
written marketing strategic plan. Contractor shall provide a draft
marketing plan at two intervals. Intervals shall be at 25% and 50%
completion of the plan. Final strategic plan to be delivered to point
of contact listed in paragraph 5 of SOW within four months of the
project start date. The final strategic plan includes: 1. Identifying
potential customer/customer base to include recognition of appropriate
volumes and complexity of potential outputs. Potential customers
should be stratified based on these factors. 2. Identifying potential
competitors and differentials between DDCD and those competitors in
terms of costs and services. 3. Standard template for business
proposals which satisfy both customer needs and government
requirements. 4. Standard template for presentations to potential
customers. 5. Blueprint for the process of obtaining new business from
initial customer contact through first 90 days of production. C.
On-site Representation -- Contractor shall advise DDCD of which shows
are recommended for attendance. The contractor shall attend at least 4
trade shows with the DDCD personnel in order to make contacts with
potential customers and to advise DDCD on marketing issues and perform
at least 6 customer visits. Final determination on selected trade
shows to attend and customer visits to pursue will be determined by
DDCD. Targeted conferences are: Association of Government Accountants
(AGA), American Society of Military Comptroller (ASMC), NACHA, MPX,
E-Gov, Postal Forum, Xplor, and XXst Centure Commerce. Thirty days
notice will be given to the contractor for required attendance to trade
shows and customer visits. All travel/per diem costs will be paid in
accordance with the current Joint Travel Regulations. The contractor
shall provide a report for each event attended. The report shall
contain a summary of the contractor's analysis and evaluation of the
scope of the marketing plan and it's effectiveness. The report shall
also contain suggested improvements to the process used by DDCD at the
events and potential clients. The contractor shall present the report
to DDCD within 10 days of the completion date of the conference. D.
Bi-weekly Report -- Contractor shall submit a bi-weekly report to the
POC in paragraph 5 of SOW stating number of hours worked and
accomplishments. 5. Points of Contact: Janie Rappe, DDCD Operations
Division, 8899 East 56th Street, Indianapolis, IN 46249-2801; Don
Bowen, Alternate DDCD POC, DDCD Operations Division, same address;
Carol Pye, Contracting Support Office, same address. 6. GOVERNMENT
FURNISHED RESOURCES -- No Government furnished facilities, supplies and
equipment will be furnished to the Contractor. 7. QUALITY ASSURANCE --
The Contractor shall ensure that the deliverables meet the
requirements outlined in this SOW. The Government reserves the right to
perform any independent verification and validation ensuring that
services conform to prescribed requirements. 8. CANCELLATIONS -- At any
time the Government reserves the right to give written notice 30 days
prior to termination of the contract at no cost to the Government. 9.
ADDITIONAL INFO -- Questions pertaining to this acquisition and SOW
should be submitted in writing not later than 7/21/99 to the
Contracting Support Office, Attn: Carol Pye, by faxing to 317-510-4698.
10. MONTHLY INVOICES -- Contractor invoices are to be submitted in
triplicate to the POC listed in paragraph 5 of SOW by the 5th of each
month. 11. REGISTRATION -- Prior to submitting proposals, contractor
must be registered in the Department of Defense (DoD) Contractor
Central Registry. 12. REFERENCES -- Contractor shall provide references
of previous clients, including name, address and telephone number
substantiating past performance in similar type contractual services.
13. CONTRACTOR INSTRUCTIONS -- Contractors are required to submit three
hard copies of the technical proposal to the Contracting Support
Office. The Technical Proposal shall be in two parts: A. PERSONAL
EXPERTISE -- Detailed response to Section 3 stating how the expertise
will be met including resumes. B. STATEMENT OF WORKRESPONSES -- The
offeror shall reply to each paragraph of the SOW stating compliance or
exception. C. The offeror shall submit pricing separately from the
SOW. Performance location is Defense Finance and Accounting Service --
Indianapolis, Deputy Directorate for Centralized Disbursing, 8899 East
56th Street, Indianapolis, IN 46249. The following provisions are
applicable to this acquisition: 52.212-1, Instructions to
Offerors-Commercial; 52.212-2, Evaluation-Commercial Items, specific
evaluation criteria: personnel/technical expertise, delivery, price and
past performance. Include completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- -Commercial Items with
its offer. The following clauses are applicable to this acquisition:
52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items; additional clauses are: 52.222-26,
Equal Opportunity; 52.222-35, AffirmativeAction for Disabled Veterans
and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for
Workers with Disabilities; 52.222-37, Employment Reports on Disabled
Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement
of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards
Act and Service Contract Act-Price Adjustment; 52.222-47, SCA Minimum
Wages and Fringe Benefits Applicable to Successor Contract Pursuant to
Predecessor Contractor Collective Bargaining Agreement. See Numbered
Note 1. Offers are due 7/30/99 at 2:00 p.m. Central Standard Time to
DFAS-IN, Contracting Support Office, 8899 East 56th Street, Room 231E,
Indianapolis, IN 46249. No telephonic requests or questions will be
accepted. Posted 07/07/99 (W-SN351086). (0188) Loren Data Corp. http://www.ld.com (SYN# 0079 19990709\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|