Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

D -- Industry Analyses

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
518112 — Web Search Portals
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
 
ZIP Code
20219
 
Solicitation Number
Reference-Number-CC-05-HQ-Q-0061
 
Response Due
9/21/2005
 
Archive Date
10/6/2005
 
Description
Synopsis/Statement of Work 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. RFQ. Solicitation CC-05-HQ-Q-0061 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-04. This is not a set-aside procurement. Any responsible vendor may submit a quote. CONTRACT. The contract resulting from this RFQ will be a firm fixed price contract with one option year. The Base Year will be from October 1, 2005 through September 30, 2006. Option Year 1 will be from October 1, 2006 through September 30, 2007 and Option Year 2 will be from October 1, 2007 through September 30, 2008. CONTRACT LINE ITEM NUMBERS (CLINS). The contractor shall provide the required services described in the Scope of Requirement at the firm fixed price specified in Contract Line Item Number (CLIN) 0001 for the base year, CLIN 1001 of Option year 1, and CLIN 2001 of Option year 2, if exercised. SCOPE OF REQUIREMENT. The contractor shall provide a series of industry analyses that cover all major United States industries. These analyses must describe industry fundamentals, critical factors and trends, changes in technology and regulation, and any other factors important in assessing an industry?s overall outlook and risk. The industry analyses must include a database of industry-critical variables that the OCC can query. The analyses must include an assessment of the degree to which imports and exports are important to an industry and must also include an assessment of the geographic locus of an industry?s employment or activity. The number of industries analyzed must total fifty or more, and the industries analyzed must span the entire range of economic activity in the United States. It is expected that each industry analysis will contain the equivalent of approximately five pages to twenty pages or more of written material. The analyses must be created and updated on a regular basis, with updates occurring at intervals of six months or less. The contractor must supply these industry analyses in a convenient electronic format. Any OCC employee must be authorized to access and to use the industry analyses regardless of the employee?s physical location. PROVISIONS and CLAUSES. You can access the full text of a FAR referenced provision or clause electronically at http://www.arnet.gov/far/loadmainre.html. (1) Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (2) Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies. (3) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration apply. (4) Clause 52.217-9, Option To Extend The Term Of The Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor at any time prior to the end of the performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years. OCC CLAUSE. The following applies: 1052.212-70(OCC) Supplemental Invoicing Requirements -- Commercial Item (Aug 2001). In addition to the invoicing requirements specified in clause 52.212-4, Contract Terms and Conditions--Commercial Items, of this contract, the following special invoicing requirements also apply to the submission of invoices. (a) The contractor shall identify the point of contact (POC) or contracting officer?s technical representative (COTR) for this contract on the face sheet of all invoices submitted under the contract. The POC or COTR is identified in (b)(ii) below. The contractor shall precede the POC or COTR?s name with either a ?POC? or ?COTR? label, as appropriate (e.g., ?POC: John E. Doe?). (b) The contractor shall submit an original and two copies of each invoice. Submission shall be as follows: (i) The contractor shall submit the original invoice to the designated billing office. The designated billing office for this contract is?Comptroller of the Currency, Accounts Payable, MS 4-6, 250 E Street, SW, Washington, DC 20219-0001. (ii) The contractor shall submit one copy of the invoice to the point of contact (POC) or contracting officer?s technical representative (COTR), as designated in the contract. The POC/COTR for this contract is? Name: TBD, Address: OCC, 250 E Street, SW, Washington, DC 20219. (iii) The contractor shall submit one copy of the invoice to the contracting officer/contract specialist. The contracting Officer is Cheryl Sivertsen, OCC, 250 E Street, SW ? Mail Stop 4-13, Washington, DC 20219-0001, (202)874-5023. (c) The contractor shall distribute the original and all copies of the invoice at the same time. SUBMISSION OF QUOTE. DUE DATE for Receipt of Quotes is Wednesday, September 21, 2005 at 3:00pm EST. Submit your written quote (Original and Two Copies) to: Cheryl Sivertsen, OCC, 250 E Street SW, Mail Stop 4-13 Washington DC 20219. Note: OCC is experiencing significant delays in receiving mail from the US Postal Service. Please use one of the express delivery services to ship your quote to OCC or hand-carry or courier-deliver to OCC?s Mail Room at the loading dock end of the OCC building at 250 E Street, SW, Washington DC. QUOTES must be prepared in accordance with the instructions in this Part. Failure to substantially comply with these instructions, in either format or content, may lead to the rejection of a quote. PART I, Supplies or Services and Prices/Costs: Provide a firm fixed price for CLIN 0001 - Base Year, CLIN 1001 ? Option Year 1, CLIN 1001 ? Option Year 2. PART II, Statement of Work: Technical Quote. Provide a description of the data you supply as it pertains to the Scope of Requirement. Submit a sample of the product, based on a sample industry. In addition, submit a description of the usage rights and restrictions (License Agreement). SUMMARY OF EXPERIENCE. Provide information about your experience that is relevant to the requirements of this RFQ, such as a brief history of the company; information about your current and past contracts (within the last three years), especially those with terms and conditions similar to the requirements of this RFQ; and references for each of the contracts listed in your summary of experience. For each reference (minimum of three), provide a point of contact with current telephone number. PROVISION 52.212-3, Offeror Representations and Certification-Commercial Items must be completed and submitted with your quote. SECTION 508, Voluntary Product Accessibility Template must be completed and submitted with your quote. The following standards apply: 1194.22, 1194.31 and 1194.41. Contact cheryl.sivertsen@occ.treas.gov for Provision 52.212-3 and the Section 508 Template. BASIS FOR AWARD. This procurement is being solicited, offered, evaluated, and awarded using the simplified acquisition procedures allowed in FAR Part 13. The OCC will award a contract resulting from this RFQ to the responsible offeror (FAR Subpart 9.104) whose quote, conforming to the solicitation will be most advantageous to the OCC, price and other factors considered. SECTION 508 COMPLIANCE. The OCC?s assessment of Section 508 compliance will be based on information provided in the quote and any other information the OCC discovers during the course of the evaluation. EVALUATION FACTORS. The OCC will use the following factors, listed in descending order of importance, to evaluate quotes: (1) Technical; (2) Experience and Past Performance; and (4) Price.
 
Place of Performance
Address: 250 E Street SW, Washington, DC
Zip Code: 20219
Country: USA
 
Record
SN00895407-W 20050916/050914212930 (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.