Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

99 -- Tariff Database US Commercial Service - Package #1

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1350-13-RQ-0555
 
Archive Date
7/25/2013
 
Point of Contact
Jemal Williams, Phone: 202-482-1459
 
E-Mail Address
jemal.williams@trade.gov
(jemal.williams@trade.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ SF-18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The National Institutes of Standards and Technology (NIST) is conducting a procurement for the International Trade Administration, Office of Trade and Industry Information- Committee on Foreign Investment in the United States. The RFQ number is SB1350-13-RQ-0555. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: www.acquisition.gov/far. The request for proposal is a 100% small business set-aside under NAICS Code 518210. The size standard under this NAICS Code is $30 Million. The due date for receipt of offeror's proposal is 12:00 p.m. Eastern Time, Wednesday, July 10th, 2013. Vendor proposal shall be sent by email to the attention of Jemal Williams at jemal.williams@trade.gov Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by accessing www.sam.gov. 1352.215-72 INQUIRIES (APR 2010) Offeror's must submit all questions concerning this solicitation in writing to jemal.williams@trade.gov. Questions should be received no later than Monday July 1st at 2:00 pm EST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) NIST intends to award a purchase order to a vendor that can provide the following database subscription service for ITA's U.S. Commercial Service: The contractor shall provide access to a tariff resource (database) that will include information on duties, taxes and other import fees applicable for goods exported from the United States to rest of the world. The database needs to be seamlessly integrated with ITA/CS public facing Web site, ex. export.gov and would be used by Global Knowledge Center staff, U.S. Commercial Service Field Offices and government and private sector visitors to the www.export.gov website. The database, open to external customers, should contain the following features: • Allow to search-- in English--information on duties, taxes and other charges-- by destination countries' HS codes (tariff classification codes) for goods exported from the United States to countries or regions around the globe. • Search results for duties and taxes should show Most Favored Nation (MFN) applied duty rates; • Where applicable, the search should include applied preferential duty rates between the United States and its FTA partners (bilateral and multilateral trade agreements). • The search results should cover customs data for all or as many as possible US trading partners and cover all HS chapters; • Each duty/tariff search for MFN and FTA duty rates should also include Value Added Tax, excise and other miscellaneous border taxes, wherever applicable; • Each duty and tax search should also include a formula/basis for calculating duties and taxes (e.g., CIF, FOB, etc.,) or a clear reference on how such duties and taxes can be calculated/estimated. • The duty and tax information needs to be accurate and frequently updated; • The database should allow seamless integration/custom link to export.gov (standard end user license agreement would apply); • The database, if possible, should have an Application Programming Interface that would allow the global Knowledge Center to display the applications functions and features in a new generation export.gov website, when appropriate. In addition to the above requirements, GKC internal staff should have access to additional "premium features" that would be made available for internal use (5-10 people). The desirable features could include access to or ability to search for the following information: • Ability to search for global tariffs/duties and taxes (MFN and preferential duties) for shipments to/from various third countries/territories (e.g. from China to Mexico); • Ability to search for the ECCN numbers; • Access to information on INCOTERMS, export documentation and other logistics; • Access to Customs Rulings; • Access to World Customs Organization Explanatory Notes and Opinions - clarifications by the World Customs Organization of "gray areas" in the HTS essential for accurate product classification. • Access to Court of International Trade (CIT) cases; Access to Title 19 CFR/CODE; newly proposed and final regulations with timely updates from the Federal Register and the preamble and new regulations immediately incorporated into the CFR; • Access to other export-related information such as Product-Origin Marking; standards, export documentation, etc. • Access to unspecified/useful guides or information that may be of interest to US exporters (Importers Record keeping, Valuation Encyclopedia, etc.). • Other features of relevance to exporters, as available. Estimated Period of Performance: 1 year from date of award with 3 option periods ***INSTRUCTION TO OFFERORS ***EVALUATION CRITERIA: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation results as "best value at the lowest delivered price". *** Technical Approach and Capability- The offeror will be evaluated for its demonstrated approach and capability to successfully perform the requirements identified above. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. ***The following clauses apply to this acquisition: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance 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 subparagraphs: 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; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Offeror Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for a Venue as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-13-RQ-0555/listing.html)
 
Record
SN03100549-W 20130628/130626235531-1ea514b3d952807e0a5146871f1a4902 (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.