Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

R -- On-Line Securities Market Information System

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Interior, Office of the Special Trustee, 505 Marquette NW, #1402, Albuquerque, NM, 87102
 
ZIP Code
87102
 
Solicitation Number
OST02CT0080
 
Response Due
9/6/2002
 
Point of Contact
Norman McLemore, (505) 816-1293
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The North American Industry Classification (NAICS) code is 514191 and the business size maximum is $21.0 million. The solicitation is for one base period and four year option periods. (01/October/2002 through 30/September/2003; 01/October/2003 through 30/September/2004; 01/October/2004 through 30/September/2005; 01/October/2005 through 30/September/2006; 01/October/2006 through 30/September/2007). ITEM DESCRIPTION: Line item 01: Contractor will lease four on-line service units including all current products and functions, training, maintenance and support of the four units. The four units shall provide complete security descriptions, pricing, modeling and analysis capabilities for historical price analysis, prepayment/interest rate vector analysis, Price/yield tables, Total return analysis, CMO/REMIC tranche summary report, Treasury issues, Fannie Mae, Freddie Mac, GNMA and other agency and government-related securities, Derivative instruments, including caps floors and indexed amortizing notes. Line item 02: lease one double panel terminal with keyboard and necessary CPU; Line item 03: lease three keyboards to access three service terminals. The U.S. Government will provide three CRT monitors and three CPUs. Offeror must be registered in the (CCR) database; (see FAR reference below). Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. Provision 52.252-1 Solicitation Provisions Incorporated by reference. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and any addenda to the clause applies to this acquisition. The clauses at FAR 52.212-5, including Contract Terms and Conditions requires to Implement Statutes or Executive Orders- Commercial Items, FAR 52.219-4 Notice of price evaluation preference for HUBZone small business concerns, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vetnam Era and Other Eligible Veterans, FAR 52.225-13 Restriction on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1 Privacy or Security Safeguards. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. The full text of a solicitation provision may be accessed electronically at: ARNET.gov. The Government will award a contract resulting from this solicitation under provision 52.212-2 Evaluation-Commercial Items to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. I. Past Performance (40 total points): The Government will evaluate past performance information on contracts similar in scope and complexity demonstrating; (a) The provision of quality financial systems (15 points). (b) Giving uninterrupted service (15 points). (c) Responsiveness to customers inquiries (8 points) and (d) Training at no additional cost (2 points). II. Technical Excellence (60 total points): (a) Accurate financial calculations (5 points). (b) Extensive database of all fixed income securities including tracking and monitoring prices (25 points). (c) Current fundamental news analysis as well as technical analytical capabilities (5 points). (d) Message Capability with a secure closed electronic environment, including; (1) Able to continually view all new issues agency offerings (10 points). (2) Able to retrieve historical developments on specific fixed income securities (5 points). (3) Online training capabilities (5 points). (4) Real time quotes on major market indices (5 points). Monthly pricing per each year will include all charges and fees. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company. You may mail your offer to: Office of the Special Trustee, Trust Acquisition Support Services, 505 Marquette NW, Suite 1402, Albuquerque, NM. 87102, Attn: Norman McLemore or you can fax your proposal to (505) 816-1288. Please limit proposals to 10 pages total. Proposals will be accepted until 4:00 pm (MDT), 06/September/2002.
 
Web Link
N/A
(http://www2.eps.gov/spg/DOI/OST/OST01/OST02CT0080/N/A)
 
Place of Performance
Address: Department of the Interior, Office of the Special Trustee, 505 Marquette, NW, #1402, Albuquerque, NM
Zip Code: 87102
Country: US
 
Record
SN00150337-W 20020828/020826213737 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.