Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

99 -- Merchant eGift Cards - ATCH A-GO/NO-GO Checklist - ATCH 3-Pricing Schedule - ATCH 2-SEC Clauses - ATCH 1-SOW

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454110 — Electronic Shopping and Mail-Order Houses
 
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
50310218R0006
 
Archive Date
4/3/2018
 
Point of Contact
Tamara J. Oliver, Phone: 2025518351, Gabriel G. Aviles, Phone: 202-551-8697
 
E-Mail Address
Olivert@sec.gov, avilesg@sec.gov
(Olivert@sec.gov, avilesg@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Statement of Work (SOW) Attachment 2 - US Securities & Exchange Commission (SEC) Clauses Attachment 3 - Pricing Schedule to include Historical Data Attachment A - GO/NO-GO Checklist 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," and FAR Part 13.5, "Simplified Procedures for Certain Commercial Items" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation document will not be issued; proposals are being requested. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, January 24, 2018. This is an unrestricted acquisition (i.e., no set-aside). The associated North American Industrial Classification System (NAICS) code for this procurement is 454110 - Electronic Shopping and Mail-Order Houses, with a small business size standard of $38.5 Million. The U.S. Securities and Exchange Commission (SEC), Office of Acquisitions, 100 F Street NE, Washington, DC 20549-2000 is seeking to procure commercial, nationally recognized, brand name Merchant eGift Cards to support the SEC's employee recognition program. The SEC intends to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm-fixed unit prices to provide Merchant eGift Cards, as needed, in accordance with the Statement of Work at Attachment 1 and SEC Clauses at Attachment 2. The Maximum Threshold under the IDIQ contract is $1,250,000.00. The contract base period of performance is date of award through one year with four (4) one-year options. Task Orders will be placed for e-gift cards under the resulting IDIQ contract award. Merchant e-gift cards shall be procured and distributed in a media directly to the SEC for delivery through internal channels. U.S. Securities & Exchange Commission Headquarters Station Place Office of Human Resources 100 F Street NE Washington, DC 20549-2000 Place of Performance. Work shall be performed at the Contractor's location. 52.212-2 Evaluation-Commercial Items (Oct 2014) VARIATION to 52.212-2, Evaluation of Offers Evaluation Criteria - 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 factors shall be used to evaluate offers for those offerors who can fulfill all requirements in the "Go/No-Go" Checklist at Attachment A: (1) Merchant eGift Card Variety and Fulfillment Process; (2) Past Performance; and (3) Price. 1. Merchant eGift Card Variety and Fulfillment Process - The government will evaluate the variety of nationally-recognized, name brand, Merchant eGift Cards (not bank cards such as VISA, MasterCard, American Express, etc.) available and the depth and breadth of the Fulfillment Process to acceptably meet the requirements of the SOW and special requirements. 2. Past Performance: The government will evaluate relevance of past performance by surveying PPIRS, reviewing past performance references, and other measures. Relevant Past Performance is previous or current performance of a similar (Commercial or Government) scope, where performance was within three (3) years prior to offer submission. 3. Price: The firm-fixed unit price will be evaluated for the Basic Requirement (Base Period) and for the total Overall Price summation of all Contract Line Item Numbers (CLINS) through base and all volume options. Fixed Prices shall be fully-burdened and include all costs (direct and indirect), overhead and profit. Merchant eGift Card Variety and Fulfillment Process is more important than Past Performance. Merchant eGift Card Variety and Fulfillment Process and Past Performance, when combined, are more important than Price. As the technical proposals become more equal, price becomes more important in making the award determination. It should be noted that award may be made to other than the lowest priced offer if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated offer, if the Government determines that a price premium is not warranted. Any proposal that does not meet the "Go/No-Go" Factors in Attachment A and does not adhere to the technical requirements outlined in the SOW may be excluded from competition and deemed technically unacceptable and, therefore, non-responsive by the Government. The Government reserves the right to communicate with an offeror in an effort to clarify or verify information submitted in their proposal. 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items"(Jan 2017) Variation to 52.212-1, Instructions to Offerors VARIATION TO 52.212-1 - Proposal Preparation Instructions The following changes/additions are made to 52.212-1 Instructions to Offerors which is incorporated into the solicitation by reference: 1) Paragraphs (d), (e), and (h) are hereby deleted from this solicitation. Submit signed and dated offers electronically as specified in this solicitation at or before the exact time specified in this solicitation. Offerors responding to this solicitation may submit their quote in accordance with the standard commercial practices (e.g., on company letterhead, formal quote form, etc.) but must include the following information-- (1) The solicitation number is 50310218R0006; (2) The time and date specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Volume 1 - Technical Proposal Submission: Proposals must demonstrate that both your firm and solution can successfully complete this project. Provide a Narrative, as follows: (a) Merchant eGift Card Variety and Fulfillment Process - Describe the variety of nationally-recognized, name brand, Merchant eGift Cards (not bank cards such as VISA, MasterCard, American Express, etc.) available and the Offeror's Fulfillment Process, to include any available purchase history details or order tracking capabilities, to acceptably meet the requirements of the SOW and special requirements. (b) Past Performance: Provide three (3) references including: a. Name of Agency/Organization, b. Contract Number, c. Contract Type, d. Total Contract Value, e. Description of contract work, f. Name of Contracting Officer (or similar representative), telephone number and email address; for contracts performed within the past 3 years that are similar in size and scope of this requirement. Include a brief narrative of why your firm believes the respective reference is relevant to the Government's requirement. Page Limitation: The technical proposal submission shall be limited to ten (10) one-sided pages, excluding the cover letter. (5) Terms of any express warranty; (6) Price and any discount terms in accordance with Attachment 3, Pricing Schedule Format. Note that the price proposal should be separate from the Technical Proposal submission. Include any Contractor Team Arrangements and/or Subcontractor Arrangement, if applicable; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). Note: If your firm's completed electronic representations and certifications are available on System for Award Management (SAM), it is not necessary to provide a copy with your proposal; (9) Acknowledgment of Solicitation Amendments, if applicable; (10) Include 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. Period for Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Nov 2017) -- All Offerors must be registered in the System for Award Management (SAM) with the applicable solicitation NAICS at the time of offer. Offerors that fail to register or who do not maintain an active registration at the time of offer may be excluded from consideration. The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Jan 2017) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Jan 2018) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)), (iii) Alternate II (Oct 2001) of 52.219-9. 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). The following FAR Clauses apply to this procurement: 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 address: http://acquisition.gov/comp/far/index.html Clause Title Date FAR Clauses 52.232-18 Availability of Funds April 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.216-1 Type of Contract (Apr 1984). The Government contemplates award of an Indefinite-Delivery, Indefinite-Quantity contract resulting from this solicitation. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award and may continue up to six months after contract expiration. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations (Oct 1995). (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $250,000.00; (2) Any order for a combination of items in excess of $500,000.00; or (3) A series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after six months after contract expiration. 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 10 days prior to expiration of the period of performance. 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) 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. 52.232-22 Limitation of Funds (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) SEC Applicable Local Clauses and Requirements are incorporated in the combined synopsis and solicitation with Attachment 2. Defense Priority and Allocations Systems (DPAS) is not applicable. CLOSING DATE: Proposals are due Monday, March 19, 2018 by 3:00 PM Eastern Time. Proposals shall be submitted electronically via e-mail to Gabriel G. Aviles at AvilesG@sec.gov and Tammy Oliver at OliverT@sec.gov. A complete proposal will consist of: (1) Price for CLINS as listed in Attachment 3; (2) Signature on a proposal cover letter which includes the proposal's acceptance period; (3) Completed Go/No-Go Checklist at Attachment A; (4) Merchant e-Gift Card Variety and Fulfillment Process information; (5) Past Performance information; and (6) Offeror's Representations and Certifications certified as current, (https://sam.gov/). The Contracting Officer will review the proposals received for completeness, and may reject any incomplete proposals. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed proposals will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail not later than 3:00 PM Eastern Time on Monday, March 12, 2018, to the Contract Specialist, Tammy Oliver, at OliverT@sec.gov and Contracting Officer, Gabriel G. Aviles at AvilesG@sec.gov. Points of Contact Gabriel G. Aviles, Contracting Officer, tel: 202-551-8697, e-mail: AvilesG@sec.gov Tammy Oliver, Contract Specialist, tel: 202-551-8351, e-mail: Olivert@sec.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/50310218R0006/listing.html)
 
Place of Performance
Address: 100 F Street NE, Washington, District of Columbia, 20549-2000, United States
Zip Code: 20549-2000
 
Record
SN04845557-W 20180309/180307231235-38b3e6d60891a5aa17f5d8bc7f9d577d (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.