Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

R -- Agent Registration List - Data Entry & Analysis - PWS

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Treasury, Financial Crimes Enforcement Network, FINCEN Headquarters, P.O. Box 39, Vienna, Virginia, 22183
 
ZIP Code
22183
 
Solicitation Number
T-FCEN-11-R-0009
 
Point of Contact
Jayne Horvath, Phone: 7039053649
 
E-Mail Address
jayne.horvath@fincen.gov
(jayne.horvath@fincen.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire DD254 Security Requirements Performance Work Statement (PWS) Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 - Data Processing, Hosting and Related Services. The Financial Crimes Enforcement Network (FinCEN) in Vienna, Virginia, is seeking to purchase data entry and analysis services. Contractor support is required to enter money service businesses (MSB) into a database, tabulate the data, and generate graphical presentations of the data for inclusion in FinCEN reports. All work efforts will be conducted at FinCEN headquarters and will be performed utilizing government provided data, databases, and SAS® software tools. Performance will require personnel cleared at the Secret level, adherence to schedule and accuracy demands. Detailed performance requirements are contained in the attached documents. The period of performance is approximately 4 months, and is expected to commence June 13, 2011 through October 14, 2011. The government will award a 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 non cost factors shall be used to evaluate offers in descending order of importance: (i) personnel qualifications; (ii) management approach and technical capability; (iii) past performance; and (iv) small disadvantaged business participation. Technical and past performance, when combined, are approximately equal to price. The full text of FAR provisions or clauses may be addressed electronically at http://acquisition.gov/comp/far/index.html The following solicitation provisions apply to this acquisition: • FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jan 1999) • FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" (Aug 2009) Offerors must complete annual representations and certifications online at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certification-Commercial Items." The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Mar 2009) • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Feb 2010) • FAR 52.204-9, "Personal Identity Verification of Contractor Personnel" (Sep 2007) • DTAR 1052.201-70, "Contracting Officer's Technical Representative (COTR) Appointment and Authority" (Apr 2004) A proposal submitted in response to this solicitation shall consist of two separate files/volumes identified as "Technical Proposal" and "Business Proposal." Offerors should not include any pricing information in the technical proposal, and each volume should provide sufficient detail to allow for evaluation by the government. Email submission to the Contracting Officer is the preferred format. The technical proposal shall be limited to ten (10) pages (not including resumes) and include: (i) discussion of the contractor's plan to meet FinCEN requirements; (ii) staffing plan including resumes (iii) quality and depth of experience utilizing SAS® tools; (iv) past performance data for at least three contracts (but no more than 10) performed within the past three years similar in scope to this PWS. In addition, offerors shall forward the attached Past Performance Survey Questionnaire to customers whom they have selected to complete the survey of their past performance. The offeror shall inform the selected customer(s) that the completed questionnaire must be received by the addressee listed on the questionnaire no later than the proposal due date, May 31, 2011. The price proposal shall include the offeror's best fixed price in sufficient detail to allow for price analysis. GSA or other government schedule pricing may be submitted to support the price reasonableness of labor proposed. Payment terms are net 30 days prompt pay and the contractor may include a proposal for milestone based payments. Business information including DUNs, TIN and offeror's contractual representative shall be provided. This is an open-market combined synopsis/solicitation set aside for total small businesses for services as defined herein. The government intends to award a fixed price contract as a result of this RFP that will include the terms and conditions set forth herein. To facilitate the award process, ALL proposals shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document with modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following." Offeror shall list the exception(s) and rationale for the exception(s). Submission shall be received not later than May 31, 2011 at 3 p.m. EST at the procuring activity. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via email to the Contracting Officer, Jayne Horvath, at Jayne.horvath@fincen.gov no later than Thursday, May 19, 2011. Attachment 1 - Performance Work Statement Attachment 2 - DD254 and VCSP Attachment 3 - Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FINCEN/VAV/T-FCEN-11-R-0009/listing.html)
 
Place of Performance
Address: FinCEN Headquarters, Vienna, Virginia, 22182, United States
Zip Code: 22182
 
Record
SN02448843-W 20110518/110516234635-b7db1d8f95915896249a62b739514adb (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.