Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

B -- Market Surveys Database

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
NP6100090931
 
Archive Date
4/30/2010
 
Point of Contact
Wendy J Wallace, Phone: 2027084613, Stephanie A Kelly, Phone: 2027087408
 
E-Mail Address
wendy.wallace@gsa.gov, stephanie.kelly@gsa.gov
(wendy.wallace@gsa.gov, stephanie.kelly@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopisis/solicitation for the acquisition of: Access to existing databases for the following consumer products in the Unites States; 1) clothes dryers and 2) cooktops and free standing ranges. To ensure current information, the existing databases shall have continuous monthly or quarterly tracking of purchases of clothes dryers, cooktops and free standing ranges. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR Part 13-Simplified Acquisition Procedures. as supplemented with additional information included in this notice. This notice constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. NP6100090931 is isssued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-37. All responsible sources may submit an offer which will be considered by this agency. A firm-fixed price award is anticipated from this solicitation. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by means that provides access to the notice of proposed contract action through the Government-Wide Point of Entry. 2.1 MISSION: The U.S. Consumer and Product Safety Commission is charged with protecting the public from unreasonable risks of serious injury or death from thousands of types of conumber products under the agency's jurisdiction. The CPSC is committed to protecting consumbers and families from products that pose a fire, electrical, chemical or mechanical hazard or can injure children. The CPSC's work to ensure the safety of consumer products such as toys, cribs, power tools, cigarette lighters, and household chemicals contributed significantly to the 30 percent decline in the rate of deaths and injuries associated with consumer products over the past 30 years. 2.2 CURRENT ENVIORNMENT: The U.S. Fire Administration (USFA) reports that lack of maintenance followed by mechanical or electrical failures are the top two factors contributing to ignition in residential building clothes dryer fires. Currently, there are no requirements for clothes dryers to inform consumers about abnormal operation or maintenance intervals. An investigation of the utility and applicability of using indicators (visual or audible) on electric and gas clothes dryers to inform users of abnormal operation or desired maintenance activities may help prevent some fire incidents. To reduce personal injury, the loss of life, and the loss of property due to mechanical or electrical failures, the CPSC staff must conduct research on clothes dryers in the United States and prepare a report to classify conditions for which an indicator on electric and gas clothes dryers may be desirable along with the technical requirements for such indicators. F or cooktops and free standing ranges, CPSC staff has conducted research into the technology to reduce the risk of food ignition through implementation of a closed-loop heating element control system that monitors pan bottom temperatures. The CPSC staff successfully demonstrated prototype temperature control systems for various cooktop types (i.e., electric coil-type ranges, gas ranges, and smooth cooktops). To reduce personal injury, the loss of life, and the loss of property, CPSC staff must conduct additional research on these or similar systems to improve safety during the use of these products. T o establish or recommend new designs that may improve safety during the use of clothes dryers, cooktops and free standing ranges, the CPSC staff must understand these markets for these products. 2.3 SCOPE: The General Services Administration (GSA) requires the following items in support of CPSC: BASE PERIOD - 1 year (12 months) CLIN Task/Description Qty. Unit Price Total FFP 0001 On-Line Access to Data Base of Household Products for 10 Users - Clothes Dryers 12 months $ _______ $ _________ 0002 On-Line Access to Data Base of Household Products for 10 Users - Cooktops & Free Standing Ranges 12 months $ _______ $ _________ Total FFP Base Period NTE Amount: $_________ 3.0 SERVICE REQUIREMENTS (SUBSCRIPTION) 3.1 TASK 1 - PROVIDE ACCESS TO EXISTING WEB-BASED DATA BASE FOR CLOTHES DRYERS The contractor shall provide access to an existing web-based data base for Clothes Dryers in the United States. The data base shall contain the following elements: Current Annual Sales in the United States; in dollars and number of units, and by brand name, model number, and clothes dryer type (front load and top load) if available; current number in use; and current prices. The data base shall contain Annual Sales Data from 1990 through the Present Time, in dollars and number of units, and by brand name, model number, clothes dryer type (front-load and top-load) if available. Also the data shall contain the following industry specific elements: Current Number of Firms, Current Concentration Ration; and Current Market Saturation (by clothes dryer type, if available). To ensure current information, the existing data base shall have continuous monthly or quarterly tracking of purchases of Clothes Dryers. 3.2 TASK 2 - PROVIDE ACCESS TO EXISTING WEB-BASED DATA BASE FOR COOKTOPS AND FREE STANDING RANGES The contractor shall provide access to an existing web-based data base for Cooktops and Free Standing Ranges in the United States. The data base shall contain the following firm- specific elements: Current Annual Sales in the United States; in dollars and numbers of units, and by brand name, model number and type (Gas and Electric - Smooth Top and Coil) if available; current number in use; and current prices. The data base shall also contain Annual Sales Data from 1990 through the Present Time, in dollars and number of units, and by brand name, model and type (Gas and Electric - Smooth Top and Coil), if available. Also the database shall contain the following industry-specific elements; Current Numbers of Firms, Current Concentration Ration; and Current Market Saturation (by type, if available). To ensure current information, the existing data base shall have continuous monthly or quarterly tracking of purchases of Cooktops & Free Standing Ranges. The contractor shall provide access to a minimum of 10 users for each of the existing web-based data bases described in paragraphs 3.1 and 3.2. 4.0 PERIOD OF PERFORMANCE The period of performance is 12 months from the date of award. 5.0 REGISTRATION IN GSA's ITSS In order to be considered for award, all vendors must be registered in the IT Solutions Systems. Any contractor that is not registered at time of award, shall not be considered for award. if you are a registerd contractor, please review your data in ITSS at web.itss.gsa.gov to ensure accuracy of your organization's information. If you are not currently registered, please visit web.itss.gsa.gov to ensure the accuracy of your organization's information. If you need technical assistance, call the ITSS Help Desk at 1 877 243 2889. The following are the instructions for ITSS Registration for you company and company POC: (1) Company Registration From your browser: Go to the URL http://web.itss.gsa.gov Open the ITSS Home Page. See Accessing the ITSS Home Page for more details. Click on the New User Registration link under the Username login box. Click the Vendor Company button. Enter your company's name in the Company Name field. Be specific and accurate. Avoid acronyms and abbreviations. (2) Company POC Registration From your browser: Go to the URL http://web.itss.gsa.gov Open the ITSS Home Page. See Accessing the ITSS Home Page for more details. Click on the New User Registration link under the Username login box. Click the Register a Person button and follow the instructions. If you have any questions call the registration helpdesk at 877-234-2889 - Option 2 Electronic submissions must be compatible with MS Office 2003. 6.0 Submission of Questions All questions regarding the RFQ should be directed to the GSA Contract Specialist/Contracting Officer listed below on or before 2:00 p.m. Eastern Standard Time, March 3, 2010: FAS Contracting Officer: stephanie.kelly@gsa.gov and FAS Contract Specialist: wendy.wallace@gsa.gov. QUOTES are due no later than 10:00 a.m. Eastern Standard Time, March 17, 2010 and should be submitted via e-mail to wendy.wallace@gsa.gov with a cc to stephanie.kelly@gsa.gov. 7.0 INVOICE REQUIREMENTS The contractor shall submit Requests for Payments in accordance with the format contained in GSAM 552.232-70, INVOICE REQUIREMENTS (SEPT 1999), to be considered proper for payment. In addition, the data elements indicated below shall be included on each invoice. Task Order number: (from GSA Form 300, Block 2) Paying Number: (ACT/DAC NO.) (From GSA Form 300, Block 4) NCR Project No.: (NP6100090931) Project Title: Market Surveys Database The Contractor shall provide invoice backup data, including labor categories, rates and quantities of labor hours. The contractor shall submit invoices as follows: 7.1 INVOICING INSTRUCTIONS A proper invoice for each task order shall be submitted not later than 5 work days after acceptance by the Government of the product, service, and/or cost item. In the absence of Government acceptance within 30 days, the contractor shall submit an invoice. A separate invoice for each task order shall be submitted on official company letterhead with detailed costs for each of the following categories: - For fixed price tasks, products delivered and accepted, listed by deliverable number - Total Invoice amount - Prompt payment discount offered (if applicable) For Fixed price tasks, an invoice reflecting amounts that do not exceed the fixed price approved for that deliverable product or service in the task order shall be submitted for those tangible deliverable products or services that have been accepted by the Government. Copies of contractor paid invoices, shall be maintained by the contractor and made availabe to the Government upon request. In addition to the above information, the invoice shall include the following minimum task identification: - GSA task order number - Accounting Control Transaction (ACT) number (assigned by GSA on the Delivery Order, GSA Form 300, Block 4) - Period of Performance (month services performed for work request task orders, month deliverable completed for fixed price task orders). - Invoice Number - Client name and address When the paying office is GSA, the original of each invoice, with supporting documentation, shall be submitted electronically through ITSS www.it-solutions.gsa.gov and www.finance.gsa.gov. Invoices for final payment must be so identified and submitted when tasks have been completed and no further charges are to be incurred. These close-out invoices, or a written notification that final invoicing has been completed, must be submitted to the ordering agency within 30 days of task order completion. A copy of the written acceptance of task completion must be attached to final invoices. If the contractor requires an extension of the 30- day period, a request with supporting rationale must be received prior to the end of the 30-day period. Labor hours of subcontractors shall not be billed at a rate other than the fully burdened hourly rates agreed to in the task order or at a rate specifically authorized for the task order as ODCs. 8.0 TERMS AND CONDITIONS-PROVISIONS AT 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUNE 2008) ( http://acquisition.gov/far/current/html/52_212_213html ) applies to this Solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.202-1 DEFINITIONS (JUL 2004) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.232-25 PROMPT PAYMENT (OCT 2008) 52.233-1 DISPUTES (JUL 2002) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) F-FSS-290 DELIVERY HOURS (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all delivered items are Newly Manufactured and not remanufactured or refurbished items whatsoever. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). *______* (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). *______* (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). *______* (4) [Reserved] *__X___* (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-6. *______* (iii) Alternate II (MAR 2004) of 52.219-6. *______* (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-7. *______* (iii) Alternate II (MAR 2004) of 52.219-7. *___ _ _* (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). *______* (8) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2008) (15 U.S.C. 637 (d)(4)). *______* (ii) Alternate I (OCT 2001) of 52.219-9. *______* (iii) Alternate II (OCT 2001) of 52.219-9. *______* (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637 (a) (14)). *______* (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______* (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). *______* (ii) Alternate I (JUN 2003) of 52.219-23. *______* (12) 52.219-25, Small Disadvantaged Business Participation Program - ;Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (13) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). *__X__* (15) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). *_X__* (16) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). *__X__* (17) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). *__X__* (18) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). *_____* (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (20) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). *_____* (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). *_____* (23) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962 (c) (3) (A) (ii)). *______* (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)). *______* (24) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). *__ ___* (25) (i) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). *______* (ii) Alternate I (JAN 2004) of 52.225-3. *______* (iii) Alternate II (JAN 2004) of 52.225-3. *______* (26) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *___X__* (27) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______* (28) Reserved. *______* (29) Reserved. *______* (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (31) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307 (f)). *___X__* (32) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). *______* (33) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). *______* (34) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). *______* (35) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). *______* (36) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). *______* (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.). *______* (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (3) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 9.0 BASIS FOR AWARD The government will make the award on a lowest price, technically acceptable basis. All technical requirements (data available in existing data base) must be met by offeror's service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c251f1d472f32df0b6b48112d1425e2)
 
Place of Performance
Address: U.S. Consumer Product Safety Commission (CPSC), Bethesda, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02074069-W 20100226/100224235412-4c251f1d472f32df0b6b48112d1425e2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.