Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

99 -- Vehicle Sales Data

Notice Date
9/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
506-092J-279-Vehicle-Sales-Data
 
Point of Contact
Isaac.Roper Charles, Phone: 2026934576
 
E-Mail Address
RoperCharles.Isaac@dol.gov
(RoperCharles.Isaac@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request 506-092J-279 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36.The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $7.0 M. Any award(s) resulting from this solicitation will be made using the following cascade set-aside order of precedence: (a) Tier 1- In accordance with FAR 19.5, any award under this solicitation will be made on a competitive basis first to a small business concern, provided that there is adequate competition among such firms. (b) Tier 2- If there is inadequate competition for award under the first tier, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Adequate competition shall be deemed to exist if- (a) At least two competitive offers are received from responsible business concerns at the tier under consideration; and (b) Award will be made at fair market prices as determined in accordance with FAR 19.202-6. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is in accordance with the statement of work and whose offer is the lowest price technically acceptable. This determination will be made in accordance with the abovementioned tier evaluation. Offers submitting proposals under "Tier 1" must comply with FAR 52.219-14, entitled "Limitations on Subcontracting." All responsible Contractors shall provide a quote for the following:. Bureau of Labor Statistics, Office of Price and Living Conditions (OPLC) NEW AND USED VEHICLES STATEMENT OF WORK (SOW) 1.0 BACKGROUND The Bureau of Labor Statistics has an need for used vehicle data with which to analyze, evaluate and improve the Bureau of Labor Statistics Survey. The BLS is seeking detailed data on both new and used vehicle purchases by households. The current BLS vehicles indexes, both new and used have been criticized in the past for having an unrepresentative sample and for using edited, rather than transaction, prices. The first of these criticisms arise primarily because of our reliance on Consumer Expenditure Survey (CE) data which often does not collect sufficient detail and instead has reports like: "Buick" or "truck" that are not specific enough. Additionally, the CE sample is relatively small and relies on a five year recall period for vehicle purchases. Models may have been discontinued in the meantime or whole industry segments changed before we can update the BLS sample. If we can procure a more current set of vehicle purchase data on an ongoing basis we could perhaps resample up to 20% of the vehicles each year and bring the new models in at model year change (September through November). This would help the BLS maintain current and accurate samples. The second criticism is that edited prices are not as representative of real world markets and misstate price change in this important BLS component, particularly in the used vehicle index. With an ongoing series of transaction price data, the BLS could examine the feasibility of updating the new and used car samples on a continuous basis. BLS would also be positioned to evaluate the claim that edited prices result in biased estimates of used car prices and would allow BLS to evaluate the feasibility and desirability of estimating the used vehicle indexes directly through hedonic modeling and the new vehicle index by indirect pricing based on commercial data sources rather than relying on prices collected by BLS field economists. 2.0 SCOPE If a proprietary data format is utilized in response to this request appropriate data base search and query software must be included. Additionally, if the data are provided through an online or web-based data product, at a minimum access must be provided during normal business hours (between the hours of 8:00AM and 5:00PM eastern standard time, Monday through Friday) and query responses must be provided within 24 hours of submission. The data must be in an electronically accessible form such as a PC data base. Any necessary site licenses must cover up to 10 simultaneous users. The cost of providing additional sites should be included. 3.0 OBJECTIVES Retail sales level data Ongoing vehicle sales data would support the following research activities: o Evaluation of the representative of current vehicle samples and an evaluation of issues underlying the use of the CE survey for the construction of vehicle samples for the BLS. o Evaluation of our ability to construct samples of new and used vehicles from commercial sources rather than reliance on internal household surveys, o Evaluation of bias in the use of edited prices rather than true transaction prices in the estimation of vehicle price change measures. o Develop hedonic models to improve our estimates of vehicle depreciation over time. 4.0 TASKS (a) Access to a sales transaction database(s) of new and used vehicle sales (purchases) that will enable users to conduct planned analysis in a report and query mode. (b) The database shall be updated weekly with near real-time transaction data and include the following characteristics: model, trim/series, trade-in, amount financed, down payment, monthly payment, finance rate, gross profit, and trade-in allowance. (c) During the contract term, the above information shall be available for at least the following markets: Atlanta, Baltimore/DC, Boston, Charlotte, Chicago, Cleveland, Columbus, Dallas/Ft. Worth, Denver, Detroit, Houston, Indianapolis, Miami, Minneapolis/ St. Paul, New York, Nevada, Northern California, Orlando, Philadelphia, Phoenix, Pittsburgh, Seattle, Southern California, St. Louis, Tampa, Tennessee, and Tulsa/Oklahoma. (d) BLS shall have access to the previous two (2) years plus current rolling calendar year of data in single weeks, months and quarters. (e) Site licenses for up to two (2) simultaneous users of the data described in (a) above; (f) Appropriate data base search and query software with which to access and understand any proprietary data format utilized in response to this request. (g) Documentation, concordances etc., providing text descriptions of all UPC, PLU, and any other coding used in the data sets. 5.0 DELIVERY Twelve month period beginning September 28, 2009 through September 27, 2010. 6.0 STANDARD OF WORK AND QUALITY ASSURANCE AND SECURITY It is understood and agreed that the performance of work and services under this Statement of Work shall conform to high professional standards and that the contractor's employees agree to the "Confidentiality and Security Requirements". The Contracting Officer's Technical Representative shall provide the confidentiality and security requirements documents. Further, the COTR will periodically provide an assessment of contractor performance to contractor management. To ensure compliance with BLS requirements and performance standards, program oversight of project deliverables will be the responsibility of BLS Contracting Officers who shall have final authority for the acceptance of deliverables under this Task Order. Whenever the Contractor gains knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this agreement, the Contractor shall, within five working days, give notice thereof, including all relevant information with respect to the situation, to the COTR. 7.0 PLACE OF PERFORMANCE The work will be performed at the Bureau of Labor Statistics, National Office, 2 Massachusetts Avenue, NE, Room 1830. Shipping costs shall be included in line items Place of delivery for acceptance and FOB point will be 2 Massachusetts Avenue. NE Washington, DC 20212 P.O.C. Charles Mason Additionally, offers of equal quality must include a copy of the technical description and/or product literature. The following provisions apply to this acquisition: 52.211-6 Brand Name or Equal; FAR 52.212-1 is supplemented per following addenda: "Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-3 Alt I Offerors Representations and Certifications- Commercial Items; 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 subparagraphs52.219-8 Utilization of Small Business Concerns; 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; 52.222-50 ; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Award will be made to the offeror that presents the lowest price technically acceptable in accordance with the abovementioned description. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by Septmeber 18, 12:00 pm (Eastern Standard Time). Quotations shall be submitted to: Department of Labor, Office of Procurement Services, Attn: Isaac V. Roper Charles, via e-mail: ropercharles.isaac@dol.gov (End of Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/506-092J-279-Vehicle-Sales-Data/listing.html)
 
Place of Performance
Address: Bureau of Labor Statistics, 2 Massachusetts Avenue, NE, Washington, District of Columbia, 20212, United States
Zip Code: 20212
 
Record
SN01956163-W 20090917/090916002813-67acd32baba08b4ecb7f68d26635fc0c (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.