Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
MODIFICATION

D -- Commercial Trade Data

Notice Date
5/26/2005
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
HSCEOP-05-Q-00029
 
Response Due
6/1/2005
 
Archive Date
6/16/2005
 
Point of Contact
Tanya Hill, Contract Specialist, Phone 202-305-9229, Fax 202-616-7876,
 
E-Mail Address
tanya.m.hill@dhs.gov
 
Description
The purpose of this amendment is to replace the description in it's entirety as follows: (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is HSCEOP-05-Q-00029 and is issued as a Request for Quotation (RFQ). (iii) This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-03. This is a request for quotation in accordance with FAR Part 13. (iv) This solicitation is unrestricted as to business size. The associated North American Industry Classification System (NAICS) code is 519190. (v) The ICE, Office of Investigations, Trade Transparency Unit (TTU) has a need for commercial trade data as follows CLIN 0001 - Data Set One: Is defined as the Commercial Trade Data (CTD) reported to the United States of America (U.S.) and/or required by the U.S. to effect the legal importation or exportation of all goods, raw materials and merchandise between the U.S. and the Philippines. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0002 - Data Set Two: Is defined as the CTD reported to the U.S. and/or required by the U.S. to effect the legal importation or exportation of all goods, raw materials and merchandise between the U.S. and the Brazil. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0003 - Data Set Three: Is defined as the CTD reported to the U.S. and/or required by the U.S. to effect the legal importation or exportation of all goods, raw materials and merchandise between the U.S. and the Panama. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0004 - Data Set Four: Is defined as the CTD reported to the U.S. and/or required by the U.S. to effect the legal importation or exportation of all goods, raw materials and merchandise between the U.S. and the Uruguay. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0005 - Data Set Five: Is defined as the CTD reported to U.S. and/or required by the U.S. to effect the legal importation or exportation of all goods, raw materials and merchandise between the U.S. and the Paraguay. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0006 - Data Set Six: Is defined as the CTD reported to Colombia and/or required by the Colombia to effect the legal importation or exportation of all goods, raw materials and merchandise between the Colombia and the U.S. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0007 - Data Set Seven: Is defined as the CTD reported to Paraguay and/or required by the Paraguay to effect the legal importation or exportation of all goods, raw materials and merchandise between the Paraguay and The U.S. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ CLIN 0008 - Data Set Eight: Is defined as the CTD reported to Brazil and/or required by the Brazil to effect the legal importation or exportation of all goods, raw materials and merchandise between the Brazil and the U.S. QTY: 12 UNIT OF ISSUE: MO UNIT PRICE: $_______ TOTAL: $ ________ (vi) Commercial Trade Data (CTD) is defined as the information reported and/or required to effect the legal importation or exportation of goods, raw materials and merchandise into the United States or foreign countries. The CTD data set shall be categorized using the Harmonized Tariff Schedule for all goods, raw materials and merchandise. The TTU will consider awarding this bid in whole or in part to one or more contractors. This contract for CTD is segmented into eight separate CTD data sets. Contractors must have an existing ability to immediately deliver any data set for which they place a bid. Failure to be able to meet the immediate delivery requirement for historic CTD may preclude consideration of the contractor from future bids. The TTU will consider offers for bundled CTD data sets. (vii) The required time frames for each data set is the eight month period prior to the date of contract award (historic months) and the four month period after the date of contract award (future months). Delivery shall be made to and inspection and acceptance performed by Immigration & Customs Enforcement, Office of Financial Investigations/TTU, 800 K Street, N.W., RM 5000 (Fifth Floor) Washington, DC 20536. FOB point is Destination. Historic months shall be delivered no later than fifteen (15) days from date of contract award. The anticipated contract award date is June 3, 2005. Future months shall be delivered by the 5th of every month. The CTD shall be delivered in a Comma Delimited and Text in Quotes format or other subsequently approved format on CD disks. The information shall be in a format ready to be imported into Data Mining International, Incorporation’s computer program entitled “LEADMiner.” Before awarding a contract from this announcement, the TTU may require a sample CTD data set from one or all of the CTD data sets for which a bid is placed. The Contractor shall propose a firm fixed price for each CLIN. (viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this solicitation. No addenda to this provision have been included. (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items. Quotations shall be evaluated on price and ability to meet required delivery schedule. The government may award one or more contracts to the offeror(s) whose offer conforms to this solicitation and is the lowest priced, technically acceptable offer. Addendum to FAR 52.212-2: Each bid for a CTD data set shall be evaluated on the time-lapse between the occurrences of the event generating the reporting requirement and the inclusion of the information in the CTD data set; accuracy and reliability of the CTD data set; and coverage and depth of detail of the CTD data set. All offerors must include the name, phone number, and contact person of at least two references. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with your offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Full copies of clauses and provisions can be obtained at http://www.arnet.gov/far/. Offers are due no later than June 1, 2005, 12:00 Noon EDT, US Department of Homeland Security, Immigration & Customs Enforcement, 425 I Street, NW, Washington, DC 20536. Electronic offers are encouraged and are to be sent via email to tanya.m.hill@dhs.gov. For information regarding this solicitation, please contact Tanya M. Hill, Contract Specialist, at (202) 305-9229, FAX (202) 616-7876 or email tanya.m.hill@dhs.gov or Victoria D. Short, Contracting Officer, (202) 514-1959 victoria.short@dhs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/COW/HSCEOP-05-Q-00029/listing.html)
 
Place of Performance
Address: 800 K Street, NW Washington, DC 20536
Zip Code: 20536
Country: US
 
Record
SN00816795-F 20050528/050526214625 (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.