Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
MODIFICATION

76 -- On-Line Tracking System

Notice Date
12/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFQ0012-11
 
Point of Contact
Anthony R Price, Phone: (202) 663-4218
 
E-Mail Address
anthony.price@eeoc.gov
(anthony.price@eeoc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is being issued as a Request for Quotation ( RFQ) No. 0012-11, and is in accordance with Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items. This announcement is considered an unrestricted procurement. The North American Industry Classification System (NAICS) Code for this requirement is 519190. Quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-47, effective December 13, 2010. The Equal Employment Opportunity Commission (EEOC) contemplates the award of a Firm-fixed price type contract to provide on-line Federal Legislative News and Tracking Systems subscription services. The period of performance will be for one year, from date of award up through twelve months thereafter. The on-line legislative news tracking systems service is required in order to maintain access to all legislative actions, committee and floor, which are updated several times daily. The system(s) must provide reports of bill activity in the current or a recent Congress. The reports should summarize and analyze bills at all stages of the legislative process, including all committee consideration, floor and conference committee summaries, as well as provide daily summaries and schedules of all floor actions. The service also shall include comprehensive news coverage and alerts on all legislative issues affecting EEOC. The service must include access to legislative documents archived from previous sessions of Congress. This service is critical to the day-to-day operations of the EEOC, Office of Communications and Legislative Affairs. The contractor shall provide web access to Federal Legislative Tracking for up to seven (7) users. The following minimum requirements must be met, with unlimited access to the following: 1. Weekly in-depth news and analyses of key issues and trends in Congress. 2. A weekly report of all Capitol Hill activities. 3. Full searchable archive of legislative documents for at least 15 prior years. 4. Access to committee schedules with daily and midday updates including dates, times, locations, agendas, contact information, witnesses, and bill numbers. Schedules should be searchable by key words, bill number, committee, subcommittee and date. 5. Coverage of congressional committees to include: testimony, transcripts, same day coverage of all open markups and many that are closed and roll call votes within 60 minutes of markup. 6. The contractor shall summarize and analyze every bill scheduled for floor consideration, describe every expected amendment, changes made on the floor, and final versions of bills reported by conference committees. 7. Member profiles to include profiles of all members of Congress, key contacts, complete voting record, details on each member's state/district, priorities, style, major employers, key vote studies and committee assignment updates in real time. 8. Advanced web functions to include; ability to create search lists (Members, Words, Bills), custom e-mail alerts for all databases, advanced search capability. 9. Prepared witness statements as submitted to committee and subcommittee hearings, updated one to three days following the event. 10. Verbatim transcripts of speeches, press conferences, and new events with particular emphasis on the President and the Executive Branch, Congress, the State Department, Pentagon, and Department of Justice. Also must include verbatim transcripts of major Senate and House committees available within 24-48 hours. 11. Regularly updated schedules and news on floor action. 12. Contractor shall have contacts with every active committee daily to provide detailed listings and timely updates on all scheduled floor, committee, and subcommittee actions to include dates, times, locations, agendas, contact information and witnesses. 13. Verbatim transcripts of press briefings, interviews and newsworthy speeches given by members of Congress, the administration, and other national or international figures. 14. All written Senate, House, joint and conference committee reports. 15. Contractor shall provide on-site, in-depth training at no cost on an as-needed basis. 16. The Contractor shall provide telephone assistance and/or training during normal business hours. The contractor must be in compliance with the web-based internet information and applications section 508(c) Paragraph 1194.22, of the Rehabilitation Act of 1973. Furthermore, all future versions of web-based applications or services offered shall be in compliance with Section 508(c). Business and distributors that specialize in the distribution and on-line access of periodicals and publications that can satisfy the requirements listed below are encouraged to submit a quotation. The quotation package shall include the following items/CLINs: Provide Federal on-line Legislative News and Tracking System Services to include the following items: Congressional Quarterly (CQ) Archives; CQ Today; CQ Weekly; CQ Member Profiles; CQ Committee Coverage; CQ Budget Tracker; and CQ Congressional Hearing Transcripts. The following CLINs are applicable to this procurement (Firm-Fixed Price): Quantity: 12 months each: CLIN 0001: Archives, Budget Tracker, etc, Price:.$_______; CLIN 0002: Bill Text, Committee Amendment: Price $______ ; CLIN 0003: Congressional Quarterly Law Track: Price $_____; CLIN 0004: News and Hot Docs: Price:$______; CLIN 0005: Additional Users: Price: $_______. TOTAL COST TO THE GOVERNMENT (CLIN 0001 thru 0005). Your quotation in response to RFQ0012-11 is due on Thursday, December 30, 2010, by 10:00 a.m. Submission must be sent to the following mailing address: U. S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.W., Room 4SW20A, Washington, DC 20507, ATTN: Anthony Price, Contracting Officer. A quotation submitted electronically, (via e-mail) to anthony.price@eeoc.gov will be accepted. Questions regarding this request for quotation should be submitted to Anthony Price, Contracting Officer, via e-mail at anthony.price@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ0012-11, is Tuesday, December 28, 2010 at 10:00 a.m. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the EEOC. Award will be made to the quoter determined to be the Best Value to the Government, using the lowest price technically acceptable approach. The anticipated contract award date is on or before January 15, 2011. Evaluation factor for award: The EEOC will use the following factors (listed in descending order of importance) to evaluate quotes. Quotations will be rated on a go or no-go basis using the following factors: Technical capability and past experience. Factor I: Technical Capability: Quotations will be evaluated on the quoter's ability to provide the required services on the dates requested. Factor II. Past Experience: The vendor must provide a minimum of three (3) references of past experience for the same or similar projects awarded within the past three (3) years. Information for each reference shall include the following: 1. Name and address of government agency or other non-government client; 2. Name, title and telephone number of Contracting Officer or point of contact; 3. Name, title and telephone number of client's program or project manager, if applicable; 4. Contract number, period of performance, and dollar value of contract, and 5. Description of services provided. Factor III: Price. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)), therefore, the quoter's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The provisions at 52.212-1, Instructions to Offer-Commercial Items applies to this solicitation. The provision at 52-212-2, Evaluation-Commercial Items applies to this solicitation. The quoter shall include a completed copy of the provisions at 52.212-3, Offerors Representations and Certifications-Commercial Items with his/her quote. The following clauses shall apply to this solicitation: FAR 52.252-2, Clauses incorporated by Reference; Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.222-3, Convict Labor; Clause 52.222-19, Child Labor Cooperation With Authorities and Remedies; Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity; Clause 52.222-36, Affirmative Action for Workers with Disabilities; Clause 52.222.50, Combating Trafficking in Persons; Clause 52.225-13, Restrictions on Certain Foreign Purchases; Clause 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration/ Clause 52.233-3, Protest After Award; and Clause 52.233-4, Applicable Law for Breach of Contract Claim are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of Payment: via the Electronic Funds Transfer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0012-11/listing.html)
 
Place of Performance
Address: EEOC, Headquarters Building, Washington, District of Columbia, 20507, United States
Zip Code: 20507
 
Record
SN02352183-W 20101231/101229233938-453b10c90d9db89631946302c95427c6 (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.