Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

D -- Online data system to provide current market data of nation-wide residential construction projects.

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW, Mail Stop 4-13, Washington, District of Columbia, 20219
 
ZIP Code
20219
 
Solicitation Number
0000005679
 
Archive Date
11/27/2008
 
Point of Contact
Regina M. Malone,, Phone: 2028744567
 
E-Mail Address
regina.malone@occ.treas.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, and a separate written solicitation will not be issued. The solicitation number for this RFQ is 0000005679. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://ww.ccr.gov/. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DCN 20060412. The OCC anticipates award of a firm fixed price contract with a performance start date NLT December 1, 2008. The anticipated award date is on or about November 26, 2008. This is not a set-aside procurement. NAICS: 541519 Size Standard: $25M The Office of the Comptroller of the Currency (OCC) requires a responsible vendor to provide software and systems that provide current market data of nation-wide residential construction projects to be used by the Agency and its examiners to analyze the status and value of these projects. The vendor’s system shall include detailed facts and reporting on the following information for single-family homes, condominiums, and townhomes. - Lot and unit inventory by stage of development from planned to finished construction for Metropolitan Statistical Areas (MSA), submarkets, and specific developments - Individual project statuses with estimated delivery dates and percent complete - Historical absorption rates showing both inventory changes and sales data for each segment - Information shall be able to be segmented by market, type of property, value buckets, and by square footage - Unit data shall include estimated completion dates, percentage of completion, and builders active The vendor shall ensure that data is updated with current market condition information at least quarterly. Vendor data will include as many MSAs as possible (with a minimum of 60 MSAs), be geographically diverse across the United States, and cover greater than 50% of all U.S. housing starts. Vendors shall identify how many users are authorized per market under an annual subscription. If different prices are available based upon number of users, vendors shall provide those variable rates in their proposal. Initial training shall be provided by the vendor as part of the subscription. The vendor shall identify the method of this initial training. Period of Performance: December 1, 2008 through November 30, 2009 (Identify prices by MSA and identify any quantity discounts based upon some or all MSAs being selected.) Includes ________ MSAs 12 MO $_________ $___________ Price(s) shall be FOB Destination. 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html?menu_id=40 and http://www.ustreas.gov/offices/management/dcfo/procurement/ 52.212-1 Instructions to Offerors Commercial Items - (NOV 2007) 52.212-2 Evaluation Commercial Items – (JAN 1999) - (a) The Government intends to award one contract resulting from this solicitation 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: Low Price and Technically Acceptable. However, the Government reserves the right to issue multiple awards per FAR 52-212-1(h). FAR 52.212-3, Reps/Certs – (NOV 2007) - should be completed on-line at www.orca.bpn.gov. 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2008) The following additional clauses cited in FAR 52.212-5 are applicable to this specific acquisition: FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.232-33, Payment by Electronic Funds Transfer CCR (OCT 2003). 1052.212-70(OCC) Supplemental Invoicing Requirements -- Commercial Item (JAN 2003) 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)(i) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the contract or, in the case of an order against a contract, the CLIN and subCLIN structure of the order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (ii)If the contract allows for the submission of partial or periodic invoices, the contractor shall include an additional column, titled “Cumulative Amount,” to the right of the “Current Invoiced Amount” column. In the “Cumulative Amount” column, the contractor shall enter the total amount that has been billed for each contract line item and subline item through the end of the current invoice period. (iii)The contractor shall submit invoices that conform to the requirements listed in subparagraphs (a)(i) and (ii) above. The contractor shall not deviate from this format without the expressed, written permission of the contracting officer. To further clarify the guidance provided in these paragraphs, a sample, generic invoice accompanies this clause. (b)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”). (c) The contractor shall submit an original and two copies of each invoice. The contractor shall submit the original and all copies of the invoice at the same time. 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… Address: Comptroller of the Currency Accounts Payable, FM-2 250 E Street, SW Washington, DC 20219-0001 Telephone:(202) 874-5140 (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 or COTR for this contract is: Name:Provided at time of award Telephone: (d)The OCC may deem any invoice that does not fully comply with the invoicing requirements specified in 52.212-4, Contract Terms and Conditions -- Commercial Items, and this clause, 1052.212-70(OCC), Supplemental Invoicing Requirements – Commercial Item, as an improper invoice and return the invoice to the contractor. (End of clause) 1052.239-70(OCC) REQUIREMENT FOR COMPLIANCE WITH ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY STANDARDS All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. The following standards have been determined to be applicable to this contract: [__] 1194.21 Software applications and operating systems. [XX] 1194.22 Web-based intranet and internet information and applications. [__] 1194.23 Telecommunications products. [__] 1194.24 Video and multimedia products. [__] 1194.25 Self contained, closed products. [__] 1194.26 Desktop and portable computers. [XX] 1194.31 Functional performance criteria [XX] 1194.41 Information, documentation, and support The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. (End of clause) Instructions: If interested e-mail your quote to the contract specialist stated herein on electronic company letterhead. Quotations must be received no later than 5:00 PM local time, Wednesday, November 12, 2008. The Government prefers that all quotes are e-mailed to the point-of-contact below with the solicitation number (0000005679) and vendors name listed in the subject block. In addition, the vendors shall included any additional terms, price discounts for the items specified above, a statement specifying the extent of agreement with all the terms, conditions, and provisions included in this RFQ and a copy of the representations and certifications at FAR 52.212-3. The Government primary point-of-contact is Regina Malone, Phone - 202-874-4567, email – regina.malone@occ.treas.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bb9b306f203d3e12f2a405d045feee22&tab=core&_cview=1)
 
Place of Performance
Address: Vendor's Site, United States
 
Record
SN01700841-W 20081107/081105214730-bb9b306f203d3e12f2a405d045feee22 (fbodaily.com)
 
Source
FedBizOpps 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.