Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

T -- INTERNET ACCESS TO COURT RECORDS

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-04-Q-0045
 
Response Due
6/9/2004
 
Archive Date
6/12/2004
 
Point of Contact
David Smith, Contract Specialist, Phone (202) 942-4021, Fax (703) 914-9226,
 
E-Mail Address
smithdr@sec.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. SECHQ1-04-Q-0045 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22 and 23 effective 05 MAY 2004 for full and open competition (this competition is unrestricted). SECTION C ? DESCRIPTION/SPECS/WORK STATEMENT. C.1.0 SCOPE: The U.S. Securities and Exchange Commission (SEC) requires an electronic service that provides Internet access to court records from Federal, state and local courts. C.2.0 REQUIREMENTS: The service shall provide access to 200 million or more court records from more than 700 Federal, state and local courts. C.2.1 This service shall provide e-mail notification of newly filed Federal court cases and activity on existing cases in Federal district courts, allowing users to track cases, litigants, judges, subject matter, jurisdiction and class actions. C.2.2 This service shall include Federal civil, criminal and bankruptcy case dockets, including historical coverage; dockets shall be searchable by case number, judge, attorney, litigant, subject matter and keywords. C.2.3 This service shall provide users with the ability to print court dockets. C.2.4 The service shall provide online links to fee-based vendors or directly to courts to retrieve full-text case documents. C.2.5 The service shall provide state court records by litigant name or case number for some states, including Connecticut, New Jersey, North Carolina, Oregon, Washington, Delaware Court of Chancery and other states as the records become available within the service. C.2.6 The service shall provide access by case number to dockets for active cases. C.2.7 This service shall be updated on a continuous basis. The Period of performance shall be for 12 months from date of award. Quoters are encouraged to submit Base Year and 4 option years pricing. Award is anticipated in June 2004. The Government intends to issue a commercial item purchase order for the above items to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) technical acceptability (i.e., reliability and effectiveness of the product being proposed), (2) user training, (3) past performance for requirements that are similar to the SEC?s requirement. Quoters shall provide complete client contact information so that reference checks may be conducted, and (4) price. Award will be made to the responsible quoter whose quote is considered to be most advantageous to the Government, considering technical acceptability, user training, past performance, and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. If options are awarded, the Government will evaluate quotes for award purposes by adding the total price of all options to the total price of the basic requirement. The Government may determine that a quote unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This evaluation will be based on information provided by the contractor. The Government is not responsible for locating or securing any information, which is not identified in the Business (financial) Quote-Part I or Technical Quote-Part II, but may do so at its discretion. Only authorized representatives shall submit quotes. Please carefully review the commercial item clauses for information about requirements and instructions for submitting a quotation. Quotations that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212.1, Instructions to Quoters- Commercial Items (OCT 2000); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award will be made to the responsible Quoters whose offer is considered to be most advantageous to the Government, considering technical acceptability, user training, past performance, and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. FAR provision 52-212-3, Quoters Representations and Certification-Commercial Items (JAN 1999) - all Quoters shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2002); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2003) in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) also applies. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. Quotes submitted in response to this RFQ shall be in two separate parts: Part I Business (financial) Quote and Part II - Technical Quote. The Business (financial) Quote-Part I and Technical Quote-Part II shall be separate and complete so that evaluation of one may be accomplished independently of the other. Each Quoter shall submit two signed copies each of the Business (financial) Quote-Part I and Technical Quote-Part II. Quoters shall in the first 2 pages of their Business (financial) Quote-Part I and Technical Quote-Part II identify and explain any exceptions, deviations taken or conditional assumptions made with respect to the quote being offered versus the requirements of the contract. Any exceptions, etc., taken shall contain sufficient amplification and justification to permit evaluation. All benefits to the SEC shall be explained for each exception taken. Such exceptions will not, of themselves, automatically cause a quote to be termed unacceptable unless they fail to provide sufficient benefits to the SEC, or result in material deviations from the requirements of the contract as stated in SECTION C-DESCRIPTION/SPECS/WORK STATEMENT above. Questions must be submitted on or before 2:00 PM EST 02 JUN 2004. Request for Quotation number SECHQ1-04-Q-0045 shall be referenced on the Business (financial) Quote-Part I and Technical Quote-Part II. Two (2) copies of each Business (financial) Quote-Part I and Technical Quote-Part II shall be submitted to David R. Smith, clearly marked RFQ SECHQ1-04-Q-0045 either via hand delivery or U.S. Mail to the U.S. Securities and Exchange Commission, MS-020, 6432 General Green Way, Alexandria VA 22312, or e-mailed to smithdr@sec.gov, or faxed to (703) 914-9226 no later than 2:00 EST, 09 JUN 2004. No other methods of submission will be accepted. All future information about this RFQ including amendments shall be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
 
Place of Performance
Address: U.S. Securities and Exchange Commission, 450 Fifth Street, NW, Washington, DC
Zip Code: 20549
Country: USA
 
Record
SN00592441-W 20040527/040525212755 (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  © 1994-2020, Loren Data Corp.