Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2004 FBO #1087
SOLICITATION NOTICE

R -- Record Linkage System Consultant Services

Notice Date
11/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW Suite 580C, Washington, DC, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
05-3K06-070
 
Response Due
11/23/2004
 
Archive Date
12/7/2004
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combine Solicitation/ Synopsis Solicitation Number: 05-3K06-070 Posted Date: November 15, 2004 Original Response date: November 22, 2004 Classification date: R ? Professional, Administrative, and Management Support Services Contracting Office Address Department of Agriculture, Agricultural Research Services, Acquisition and Property Division, Acquisition, 1280 Maryland Avenue, SW, Suite 580-C, Washington, DC 20024 Description This announcement is 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 and a written solicitation will not be issued. The referenced solicitation (05-3K06-070) shall be issued as a request for quotation (RFQ). Submit written offers (oral offers will not be accepted). This combine solicitation/ synopsis contain incorporated provisions and clauses effective through the Federal Acquisition Circular 01-25 and applied under the associated NAICS Code: 541690. The Department of Agriculture?s National Agricultural Statistic Service (NASS) has a requirement for technical services to provide record linkage methodology and guidance on the record linkage system. These technical services are unique and are required so that the agency can produce a high quality list frame and Census Mail List for the 2007 Census of Agriculture. USDA plans to pursue a sole-source award to Ms. Kara Daniels, from Gray Summit, MO. The proposed contract will be a Firm Fixed Price, Multi-year contract with a base year starting December 1, 2004 and two (2) one-year option periods. CLIN 0001 shall be for the base year and require Record Linkage System consultant services amounting to 25 hours per week for the period beginning December 1, 2004 through November 30, 2005, and CLIN 0002 shall be for the Option Year 1 and require Record Linkage System consultant services amounting to 25 hours per week for the Period beginning December 1, 2005 through November 30, 2006, and CLIN 0003 shall be Option Year 2 and require Record Linkage System consultant services amounting to 25 hours per week for the period Beginning December 1, 2006 through November 30, 2007. A copy of the Statement of Objectives is as follows: The National Agricultural Statistics Service (NASS) requires technical services to provide record linkage methodology and guidance on the record linkage system. These services are required for the development of this methodology and the associated system at the agency and their application to the list building efforts for the 2007 Census of Agriculture and follow-on survey programs. These technical services are unique and are required so that the agency can produce a high quality list frame and Census Mail List for the 2007 Census of Agriculture. These technical services must be completed in accordance with the Agency?s time schedules for the 2007 Census of Agriculture and its follow-on surveys. Section 2.1 states the Contractor shall provide technical expertise/ guidance as follows: 2.1.0 Provide Technical expertise on record linkage and the NASS record linkage system as they relate to the Census of Agriculture and follow-on surveys. 2.1.1 Provide technical guidance to apply probabilistic matching strategies to numerous list sources, specifically the Fellegi and Sunter Theory, for the development of the Census Mail List for the 2007 Census of Agriculture. 2.1.2 Provide technical expertise in applying and interpreting the results of modifications in the record linkage system and the resulting effects on the NASS list frame. 2.1.3 Provide technical guidance for modifying and testing of the record linkage system and consult with agricultural analysts to ensure that the methodology meets their requirements; Section 2.2 state the Contractor shall provide Methodology Development, Implementation and Application as follows: 2.2.0 Develop the methodology and implement program modifications required to process new list sources at both the State and National level for the 2007 Census Mail List and follow-on surveys. 2.2.1 Develop the methodology and implement program modifications required to process existing list sources at both the State and National level for the 2007 Census Mail List and follow-on surveys. 2.2.2 Develop the methodology and implement program modifications to identify deceased farm operators records on the List Frame using the Social Security Administration Death Index. 2.2.3 Develop the methodology and implement program modifications to remove cross state duplication from the List Frame. 2.2.4 Develop the methodology and implement program modifications to identify potential farms and assign priority codes for pre-census criteria surveys. 2.2.5 Develop the methodology and implement program modifications to append Social Security and Employee Identification Numbers to the List Frame from administrative data sources. 2.2.6 Develop the methodology and implement program modifications to reduce the number of repeat record linkage groups that occur when the same or similar names appear on multiple list sources. 2.2.7 Develop the methodology and implement program modifications to append phone numbers to the List Frame from administrative data sources. 2.2.8 Develop the methodology and implement program modifications to assign source and size code indicators for potential farms that are available for the 2007 Census Mail List. 2.2.9 Provide guidance and technical expertise in developing strategic list building plans. 2.2.10 Provide guidance and technical expertise in updating and standardizing the complex parameters for the record linkage system. 2.2.11 Provide guidance and technical expertise for Census unduplication and coverage evaluation projects. 2.2.12 Develop the methodology and implement program modifications to match complex administrative data from the Farm Services Agency to the List Frame (i.e. Conservation Reserve Program and Compliance acres data). Section 2.3 states the Contractor shall provide Technical Liaison as follows: 2.3.0 Work with other Agency professionals to reprogram and/or modify the record linkage system to apply appropriate methodology to new list sources and list maintenance application. 2.3.1 Work with other Agency professionals to test modified record linkage system programs and applications. 2.3.2 Work with other Agency professionals to thoroughly document record linkage methodology and the record linkage system. Deliverables shall be accepted at the FOB destination point: USDA/NASS/CSD/SB, Washington, DC and shall be provided as follows: 1) Record Linkage System modifications: a) add source index for new potential Farms, b) reduce multiple list source duplication and review. 2) Program Record Linkage System for new list sources used in the development of the 2007 Census of Agriculture, Census Mail List. 3) Analysis of record linkage methodology and expected results for: a) List maintenance projects, b) National List Source projects c) State List Source projects.4) Thorough user documentation of record linkage methodology and analysis. 5) Monthly report to include an executive summary and a technical summary. This solicitation is applicable to the following clauses and provisions shown by reference: A. 52.212-1, Instructions to Offerors-Commercial Items; B. 52.212-3, Offeror Representations and Certifications-Commercial Items; C. 52.212-4, Contract Terms and Conditions-Commercial Items; D. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), (7) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d) (2) and (3)); (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222.26, Equal Opportunity (E.O.11246); (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Please submit your technical proposal which demonstrates what is offered and explain how you intend to perform and/or accomplish the subject requirement for the term(s) requested. Please submit a completed copy of the Representations and Certifications in accordance with FAR Clause 52.212-3. Also furnish this information and any documentation that can support your price quoted. In accordance with the attached Statement of Objectives, you are also required to provide a Quality Assurance Surveillance Plan (QASP). This document shall contain: 1) a list that identifies all of the performance requirements, and 2) indicate preventative assurances to be used should identified deficiencies of the performance requirements listed are not met. The QASP must be approved by the Contracting Officer upon award. Any submissions of information challenging this procurement may be sent by email to (jsalameh@ars.usda.gov) or by fax to (202) 720-3987 and must be received by the closing date of this solicitation: 11/19/2004 (2:00PM, EDT). Original Point of Contact Elaine Crump, Contract Specialist, Phone (202) 720-7479, Fax (202) 720-3987, E-Mail ecrump@ars.usda.gov. Place of Performance Address: U. S. Department of Agriculture National Agricultural Statistical Service, 1400 Independence Avenue, S.W., South Building, Room # 6344A, Washington, DC Postal Code: 20250-2023 Country: United Sates
 
Place of Performance
Address: U. S. Department of Agriculture National Agricultural Statistical, Service, 1400 Independence Avenue, S.W., South Building, Room, # 6344A, Washington, DC,
Zip Code: 20250-2023
Country: United Sates
 
Record
SN00708141-W 20041117/041115211605 (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.