Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

B -- Mortgage Origination Information - SOW

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
SECHQ115Q0167
 
Archive Date
8/7/2015
 
Point of Contact
Reginald Barnes,
 
E-Mail Address
barnesr@sec.gov
(barnesr@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii) Solicitation SECHQ115Q0167 is hereby issued as a Request for Quote (RFQ). iii) Provisions and clauses in effect through Federal Acquisition Circular 2005-82 are incorporated. iv) Set-Aside and NAICS Code: This acquisition is not set-aside. The NAICS code for this requirement is 531390 and the size standard is $7.5 v) A list of contract line item numbers and items: Base - CLIN 0001 Mortgage origination information and mortgage post-origination performance Option Period 1 - CLIN 0002 Mortgage origination information and mortgage post-origination performance Option Period 2 - CLIN 0003 Mortgage origination information and mortgage post-origination performance Option Period 3 - CLIN 0004 Mortgage origination information and mortgage post-origination performance Option Period 4 - CLIN 0005 Mortgage origination information and mortgage post-origination Performance vi) Description of requirement for the items to be acquired (Attached SOW) vii) Date and place of delivery and acceptance and FOB point Delivery of all items will be made electronically. The period of performance will consist of a base and 4 option periods. The anticipated date of contract award is August 13, 2015. All responsible sources may submit a quotation which shall be considered by the agency. The Government reserves the right to award one contract or make no award. viii) Instructions to Offerors Parties responding to this solicitation who believe they can provide the requirements per the SOW may submit their quote in accordance with their standard commercial practices and include the following: •A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. •The name, address, and telephone number of the offeror •A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary •Provide a Firm Fixed Price (FFP) that includes a price quote for each CLIN for the Base and all Option Periods. •Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ix) The provision 52.212-2 Evaluation - Commercial Items. (Oct 2014) applies to this acquisition and the addendum is below: (a) This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and is the lowest price. The following factor(s) shall be used to evaluate offers: (i)Technically Acceptable (ii)Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). x) Quoters shall include a completed copy of the provision at 52.212-3 with its offer, or indicate that representations and certifications are available on-line in the Reps & Certs section of their System for Award Management (SAM) record available at https://www.sam.gov. xi) The clause 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. xii) The clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (May 2015), and the additional FAR clauses cited in the clause are applicable to the acquisition. Paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. xiii) The following clauses apply to this procurement: 52.252-1 - Solicitation Provisions Incorporated By Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.216-1 Type of Contract (Apr 1984). The Government contemplates award of a firm fixed-price contract. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the current period of performance. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 6012.02 A.01Electronic and Information Technology (Mar 2009) In accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), all EIT supplies or services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. 6014.00Use of Contractor Data and/or Materials (Mar 2009) The Contractor acknowledges and agrees to the following: The SEC anticipates using the data and/or materials to conduct analyses for use in reports, studies, memoranda, and presentations. The SEC anticipates the following types of situations where analyses based on the underlying data may be made public: by the SEC itself (e.g., SEC rulemaking and/or analysis done as part of an inspection or enforcement action), by SEC staff where the SEC is directing or facilitating the publication (e.g., a staff study in response to a Congressional request), by SEC staff facilitating their own private publication where the Commission has not taken a position regarding the publication of the analysis (e.g., a research report to be submitted by the individual staff to an academic conference or journal), and by a former employee of the SEC who has substantially completed the analysis while on staff and is facilitating his/her own private publication (e.g., a research report to be submitted to an academic conference or journal). In all of these situations, only “insubstantial amounts” of the licensed data and/or materials would be made public and no raw data would be made public, the authors would agree to abide by all contractual terms and conditions, and as the owner/licensor of the data the Contractor would receive attribution and be cited as the data source. “Insubstantial amounts” means an amount that has no independent commercial value and could not be used as a substitute for the service or product or any part of it. xiv) Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be emailed to barnesr@sec.gov by 3:00 PM EST on July 23, 2015. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection. xv) Questions concerning this RFQ shall be submitted in writing to Reginald Barnes at barnesr@sec.gov, no later than 2:00 PM EST, July 9, 2015. Oral questions (telephone) will not be addressed or entertained. Questions submitted after the specified time/date may not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ115Q0167/listing.html)
 
Record
SN03784516-W 20150704/150702234758-5113a5150856f458d992a975393fb70e (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.