SOLICITATION NOTICE
D -- On-Line Individual Background Check Annual Subscription Service
- Notice Date
- 10/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
- ZIP Code
- 20005
- Solicitation Number
- MCC-10-RFQ-0010
- Point of Contact
- Diane Bradley, Phone: 202 521-7231, John H. Young, Phone: 202 521-3680
- E-Mail Address
-
bradleyde@mcc.gov, youngj@mcc.gov
(bradleyde@mcc.gov, youngj@mcc.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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. Solicitation MCC-10-RFQ-0010 entitled "On-Line Individual Background Check Annual Subscription Licenses" is issued as a Request for Quotes. The incorporated provisions and clauses in the solicitation are those in effect through Federal Acquisition Circular (FAC) 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210-Data Processing, Hosting, and Related Services, Small Business size standard $3.5 million. This acquisition is conducted as full and open competition. It is open to all qualified offerors. Contractors shall provide pricing for the Statement of Work as follows: 1.0 Pricing: ITEM SERVICE QTY UNIT PRICE EXTENDED PRICE CLIN 0001 BASE YEAR ANNUAL SUBSCRIPTION SERVICE (5 licenses) CLIN 1001 OPTION YEAR 1 ANNUAL SUBSCRIPTION SERVICE (5 licenses) CLIN 2001 OPTION YEAR 2 ANNUAL SUBSCRIPTION SERVICE (5 licenses) CLIN 3001 OPTION YEAR 3 ANNUAL SUBSCRIPTION SERVICE (5 licenses) CLIN 4001 OPTION YEAR 4 ANNUAL SUBSCRIPTION SERVICE (5 licenses) TOTAL 2.0 Statement of Work: STATEMENT OF WORK On-Line Individual Background Check Annual Subscription Licenses Background: The Millennium Challenge Corporation (MCC) is a Government corporation created in 2004. MCC provides U.S. Government assistance to poor countries that are committed to growth-promoting governance, health, education and economic policies. Congress provides MCC statutory authority to make significant development compacts to eligible countries that are targeted at encouraging sustainable development and alleviating extreme poverty. A distinctive feature of MCC compacts is that they are made government-to-government and MCC requires each recipient government to establish an accountable entity for the sole purpose of implementing the compact projects. To date, MCC's grants have ranged from approximately $60 million to as much as $698 million. Scope: MCC must perform due diligence and requires thorough character vetting be done on all staff and directors of the responsible entity to ensure that individuals of high reputation are appointed. Therefore, MCC requires an on-line subscription license to allow its staff to perform background investigation services in a fast and effective manner. Requirement: • Annual subscription licenses to research politicians, Politically Exposed Persons (PEP), anti-money laundering (AML), Know-Your-Customer (KYC), Enhanced Due Diligence (EDD), fraud prevention, government intelligence and enforcement, and other identity authentication, background screening and risk-prevention practices. • The service must allow obtaining character information regarding foreign individuals and businesses on a world-wide scale. • The information obtained through the service must be current, reliable, accessible, and comprehensive enough to provide MCC staff notice of alleged criminal activity, convictions, bankruptcies, regulatory violations, as well as association with criminals, terrorists, money launderers, human traffickers, and other individuals of high character risk or notoriety. MCC requires 5 licenses for one base year and four (4) option years. 3.0 Period of Performance: The performance period of the contract is as follows: Base Year From date of contract award through 12th month Option Year 1 Month 13 through Month 24 Option Year 2 Month 25 through Month 36 Option Year 3 Month 37 through Month 48 Option Year 4 Month 49 through Month 60 4.0 Place of Performance: Service will be used by employees located at the MCC headquarters, 875 Fifteenth N.W. Washington D.C. 20005. 5.0 Contract Type : The Government contemplates award of a firm-fixed price contract of one year with four one year priced options. 6.0 Deliverables: Five (5) License Agreements   7.0 QUOTATION EVALUATION Clause FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) (a) 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. (b) Past performance shall be evaluated with respect to an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance on similar contract efforts. (c) Offerors are cautioned that the Government will use data provided by each Offeror and data obtained from other sources in the evaluation of past and present performance. (d) The Offeror shall provide completed work assignments during the last three years similar in nature, or directly related to the requirements of the statement of work. The Past performance references should be included as a separate section in the technical description of services and should include the following: contract number, contract dollar value, period of performance, description of services, and name of agency or company point of contact for contract, to include name, telephone number and email address. 8. 0 QUOTATION SUBMISSION REQUIREMENTS: Vendors providing a service meeting the requirements in the statement of work shall submit a technical description of services not to exceed five (5) type written 8X11 sheets, three past performance references complete with contact information (as defined in 7.0 (d) of the solicitation) as the last page of the technical description of services, and prices (in accordance with 1.0 of the solicitation) for five (5) licenses per year. All quotes must state payment terms, point of contact for questions/discussion regarding the offer, to include name, telephone number and email address. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. THIS IS A BEST VALUE PROCUREMENT. Offerors are cautioned that failure to provide all the required information may make the offer non-responsive and may result in elimination of the Offeror from further consideration for award. Also, Offerors are cautioned of the possibility that award may be made without discussion of the proposal received; therefore, the initial offer should be submitted on the most favorable terms from a price and technical standpoint which the Offeror can submit to the Government. 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 Offeror's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. To be eligible for award, offerors must be registered in the Central Contractor Registration (CCR), as required by FAR 52.204-7, Central Contract Registration. The database can be accessed at http://www.ccr.gov. If you are already registered in the CCR, you are advised to review your information to ensure that your registration is complete and verified. 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). The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with its offer as required in FAR 52.212-1. paragraph (b)(1)(2)(3)(4)(5)(6)(7)(9)(10)(11) and paragraph 8.0 of this combined synopsis/solicitation. Offerors may obtain copies of the referenced provisions and clauses at: http://arnet.gov/far. Quotes must be received by 10/23/2009, 2:00PM (Eastern Daylight Savings Time). Proposals shall be mailed to: Millennium Challenge Corporation, 875 Fifteenth Street NW, Washington DC, 20005, Attn: Diane Bradley, Senior Contract Specialist (Contractor representing MCC), phone: 202-521-7231, email: bradleyde@mcc.gov. The alternate point of contact is John Young, Contracting Officer, phone: 202-521-3680, email: youngj@mcc.gov. Any questions regarding this combined synopsis/solicitation must be submitted, in writing, within four (4) business days of the date of this notice. The following clauses shall be applicable to the contract. By reference: A. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (March 2009) Full text: B. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Sep 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] _(8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (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.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). X_ (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (34) 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). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (End of Combined Synopsis/Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-10-RFQ-0010/listing.html)
- Place of Performance
- Address: Service will be used by employees located at MCC headquarters, 875 Fifteenth St. N.W., Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN01982983-W 20091010/091008235843-0c7ef1691f40c32dcc6eb0a79f355590 (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 |