Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

99 -- Retail Point of Sale Data

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
506-092J-26-Retail-Point-Of-Sale-Data
 
Point of Contact
Isaac.Roper Charles, Phone: 2026937198
 
E-Mail Address
RoperCharles.Isaac@dol.gov
(RoperCharles.Isaac@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request 506-092J-26 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36.The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $7.0 M. Any award(s) resulting from this solicitation will be made using the following cascade set-aside order of precedence: (a) Tier 1- In accordance with FAR 19.5, any award under this solicitation will be made on a competitive basis first to a small business concern, provided that there is adequate competition among such firms. (b) Tier 2- If there is inadequate competition for award under the first tier, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Adequate competition shall be deemed to exist if- (a) At least two competitive offers are received from responsible business concerns at the tier under consideration; and (b) Award will be made at fair market prices as determined in accordance with FAR 19.202-6. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is in accordance with the statement of work and whose offer is the lowest price technically acceptable. This determination will be made in accordance with the abovementioned tier evaluation. Offers submitting proposals under "Tier 1" must comply with FAR 52.219-14, entitled "Limitations on Subcontracting." All responsible Contractors shall provide a quote for the following:. Bureau of Labor Statistics, Office of Price and Living Conditions (OPLC) RETAIL POINT OF SALE STATEMENT OF WORK (SOW) 1.0 Background The Bureau of Labor Statistics (BLS) has an need for retail point of sale data with which to analyze, evaluate and improve a BLS survey. The BLS is seeking detailed data on the retail items households buy and the retail stores they frequent. The retail sales data is needed for the analysis and evaluation of the sample of items for which prices are collected for use in compilation of a BLS survey. For this work BLS is seeking highly detailed data generated from point of sale scanning equipment in individual stores. The initial analysis will focus on food (including random weight categories fresh deli, bakery, produce, meat, and seafood), housekeeping supplies and over the counter drugs and personal care items. These are items typically purchased in grocery, convenience, drug, and "mass merchandise" outlets. The data will be used to assess the accuracy and currency of the item samples and the current sampling process for individual item categories. Data must be generated using a probability sampling process or some other accepted methodology that produces highly accurate estimates. Data required include Universal Product Code, brand and other individual product characteristics, quantity sold, dollar value of sales and type of store for each of the Census regions and the total U. S. level. If data are available for local areas below the minimum described, BLS would also be interested in those data. Data must cover at least twelve months beginning with 2007 or a more recent year. The data must be in an electronically accessible form such as through an online or web-based service or as a stand alone data product. 2.0 Scope If a proprietary data format is utilized in response to this request appropriate data base search and query software must be included. Additionally, if the data are provided through an online or web-based data product, at a minimum access must be provided during normal business hours (between the hours of 8:00AM and 5:00PM eastern standard time, Monday through Friday) and query responses must be provided within 24 hours of submission. The data must be in an electronically accessible form such as a PC data base. Any necessary site licenses must cover up to 10 simultaneous users. The cost of providing additional sites should be included. 3.0 Objectives Retail sales level data The retail sales data would support the following research: • Validation of a BLS database by comparing frequency distributions of the brand specifications in the BLS database with corresponding distributions from the retail sales level data • Evaluate a BLS survey's sample selection procedures and detailed item level product definitions. The retail sales level data would provide additional inputs for developing checklists (used in item sampling within an establishment) that are a consistent and complete description of the items available for sale in retail establishments • Directly compare the distribution of UPCs in the retail sales universe to those in food items selected for pricing in the BLS survey where UPC is collected. 4.0 Tasks The supplies required are retail establishment scanner data for the following items: (a) Twelve months of retail sales data (2007 or more current) as described below stored on a CD, DVD or other PC compatible storage device along with any software or query tools necessary to access and manipulate the data. o Alternatively, BLS would consider twelve months of BLS access to retail establishment scanned data for the Total U.S. and geographic region for calendar 2008 or more current years as an alternative to a hard copy of the data. o If more current year's data are proposed, please indicate the cost of providing updates to the data on a quarterly basis. For example, 2-years of historical data along with the current quarter's data; o we would also be interested in pricing information for older data products (annually for 2003 - 2007 for example) (b) Item detail should include Universal Product Code, brand and other individual product characteristics, quantity sold, dollar value of sales and type of store; (c) Geographic information should include at a minimum, the Census region where the retail establishment is located. Preferably, the local area, (city, state, and/or zip code) would be included for each retail establishment and a price for this level should be included in the response. (d) Site licenses for up to ten (5) simultaneous users of the data described in (a) above; o Please provide the cost for additional site licenses, or data disks, including any additional volume discount. (e) Appropriate data base search and query software with which to access and understand any proprietary data format utilized in response to this request. (f) Retail establishment scanner data shall include all scanable product transactions aggregated on a weekly basis from grocery stores, drug stores, convenience stores, and mass marketers. Products shall include both fresh and packaged foods (including deli, bakery, produce, meats, and seafood) as well as household supplies and over the counted drugs and personal care items. (g) Item detail should include at least the following: o Brand o Size o Type of Brand (regional, national, store, etc) o Store Department or sub-department o Item Category or sub-category o Week or time period represented o Unit of size o Specific item indicators such as sale of multi-pack, sale or feature item, etc. (h) Documentation, concordances etc., providing text descriptions of all UPC, PLU, and any other coding used in the data sets. If abbreviations are used in the data set, please provide a complete long description of each value. 5.0 Delivery Twelve month period beginning September 28, 2009 through September 27, 2010. 6.0 Standard of Work and Quality Assurance and Security It is understood and agreed that the performance of work and services under this Statement of Work shall conform to high professional standards. Further, the COTR will periodically provide an assessment of contractor performance to contractor management. To ensure compliance with BLS requirements and performance standards, program oversight of project deliverables will be the responsibility of BLS Contracting Officers who shall have final authority for the acceptance of deliverables under this Task Order. Whenever the Contractor gains knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this agreement, the Contractor shall, within five working days, give notice thereof, including all relevant information with respect to the situation, to the COTR. 7.0 Place of Performance The work will be performed at the Bureau of Labor Statistics, National Office, 2 Massachusetts Avenue, NE, Room 1830. Shipping costs shall be included in line items Place of delivery for acceptance and FOB point will be 2 Massachusetts Avenue. NE Washington, DC 20212 P.O.C. Charles Mason Additionally, offers of equal quality must include a copy of the technical description and/or product literature. The following provisions apply to this acquisition: 52.211-6 Brand Name or Equal; FAR 52.212-1 is supplemented per following addenda: "Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-3 Alt I Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 ; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Award will be made to the offeror that presents the lowest price technically acceptable in accordance with the abovementioned description. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by Septmeber 24, 12:00 pm (Eastern Standard Time). Quotations shall be submitted to: Department of Labor, Office of Procurement Services, Attn: Isaac V. Roper Charles, via e-mail: ropercharles.isaac@dol.gov (End of Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/506-092J-26-Retail-Point-Of-Sale-Data/listing.html)
 
Place of Performance
Address: Bureau of Labor Statistics, 2 Massachusetts Avenue, NE, Washington, District of Columbia, 20212, United States
Zip Code: 20212
 
Record
SN01957277-W 20090918/090917000632-dd07de20e4cff2207e4945005a32c220 (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.