SOLICITATION NOTICE
R -- Leading Author Series - Bid Schedule
- Notice Date
- 7/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711410
— Agents and Managers for Artists, Athletes, Entertainers, and Other Public Figures
- 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
- SEC62000128014
- Archive Date
- 8/8/2012
- Point of Contact
- Lance A. Dorsey, Phone: 2025518381, Carnell Mosley, Phone: 202.551.8049
- E-Mail Address
-
dorseyla@sec.gov, mosleyc@sec.gov
(dorseyla@sec.gov, mosleyc@sec.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule for Leading Author Series services. This is a combined synopsis/solicitation for the purchase of Leading Author Series in support of the College of Securities and Investor Protection (CSIP), as detailed below, in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The solicitation number is SEC62000128014 and is issued as a request for proposals (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This requirement is 100% Set-Aside for Small Business Concerns IAW FAR 19.502-2(b); the associated NAICS code is 711410; and the applicable small business size standard $7.0M. Respondents should follow the contract line item number (CLIN) structure detailed in the bid schedule which is attached to this notice. The anticipated period of performance for this requirement is a five (5) year from September 15, 2012 - September 14, 2017 FOB: Destination. US Securities & Exchange Commission, 100 F Street NE, Washington DC 20549-2000. The following FAR provisions apply: 52.212-1 Instructions to Offerors (Feb 2012) applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. 52.212-2 Evaluation of Commercial Items (Jan 1999) applies. 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: Technical Approach (address the requirements of the SOW) Past Performance Price Technical and past performance, when combined, are equal when compared to price. 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 government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Offerors must submit a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications Commercial (Apr 2012) with its offer unless the offeror has Representations and Certifications entered into the ORCA database at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the Internet: https://www.acquisition.gov/far/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at https://www.acquisition.gov/far/. The following FAR clauses are applicable: FAR 52.212.4 Contract Terms and Conditions Commercial Items (Feb 2012); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (Feb 2007); 52.232-33 Payment by Electronic Funds Transfer--Central Contractor (Oct 2003). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. Evidence of valid CCR registration must be obtained before award can be made; 52.239-1 Privacy or Security Safeguards (Aug 1996); 52.217-8 Option to Extend Services (Nov1999); and 52.217-9 Option to Extend the term of the Contract (Mar 2000) are also included by reference. 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 $1,000, 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 $100,000; (2) Any order for a combination of items in excess of $200,000; or (3) A series of orders from the same ordering office within 30 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 10 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. (End of clause) 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 five years of award of contract. (End of clause) Additional Clauses: MINIMUM AND MAXIMUM QUANTITIES (a) As referred to in paragraph (b) of FAR Clause 52.216-22, "Indefinite Quantity" of this contract, the contract minimum quantity is establish at $1,000. The contract maximum quantity is hereby established at the total amount of $3,000,000. TASK ORDER FUNDING Firm-Fixed and/or Time & Material type Task Orders may be issued under this contract within the established contract ceiling limitation. Each Task Order will specify if it is Firm-Fixed or Time & Material. TASK ORDER PROCEDURES A. Task Order Pricing. The government anticipates issuing task orders with Fixed-Price and Time and/or Material provisions under this contract based on the established unit rates specified by performance year in Section B of this contract (if applicable) and/or based on negotiations for the specific task. Task orders will be issued unilaterally, in writing, by the Contracting Officer on an as needed basis. The quantity of each item ordered will be multiplied by the rate listed in the schedule or as negotiated for the specific task, and the cumulative extended total of all items ordered will define the T&M ceiling for the particular task order. B. Task Order Authorization. Upon signature by the Contracting Officer, each Task Order is considered fully executed, binding and ready for implementation. Each Task Order will be forwarded promptly to the Contractor and shall conform to all terms and conditions of the contract. Orders may be issued by the Contracting Officer orally, electronically, or by facsimile methods. If issued orally, a hardcopy will follow. At a minimum, each Task Order shall include the following: contractor's name, contract number, task order number, contract task number and description of task, performance period, location, and applicable accounting and appropriations data. C. Performance. The Contractor shall perform in accordance with the terms and conditions of this contract and the Statement of Work (SOW). D. Completion of Task Orders. Within ninety (90) days of physical completion of work under each Task Order, the Contractor shall submit a Final Voucher. The final voucher shall include a payment history. If additional time is needed, the Contractor shall submit a written request for a time extension that explains the extenuating circumstances. E. Payment for Task Orders. If the Contractor is performing more than one Task Order simultaneously, separate invoices are required for each Task Order. F. Closeout of Task Orders. All task orders issued under this contract shall be closed out in accordance with FAR 4.805 and established SEC policy. Upon completion of each Task Order and the receipt of the final voucher, the Government will begin closeout procedures. TYPE OF SERVICE a. The Government and the Contractor understand and agree that the services delivered by the Contractor to the Government are non-personal services. The parties also recognize and agree that no employer-employee or master-servant relationship exists or will exist between the Government and the Contractor. The Contractor and the Contractor's employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees. b. Contractor personnel under this contract shall not: (1) Be placed in a position where there is an appearance that they are employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer. (2) Be placed in a position of command, supervision, administration or control over personnel or personnel of other Government Contractors, or become a part of the Government organization. (3) Be used in administration or supervision of procurement activities. (End of additional clauses) The contracted services are considered professional services therefore IAW U.S> Code of Federal Regulations (CFR) Title 29 (Labor), Volume 3, Chapter V, Subtitle B, Part 541, regulated by the Wage and Hour Division of the Department of Labor, it has been determined that the Service Contract Act and associated wage determination would not apply to this acquisition. STATEMENT OF WORK Leading Authors Series Background The SEC's mission is to protect investors, maintain fair, orderly and effective markets, and facilitate capital formation. In support of this mission, the College of Securities and Investor Protection (CSIP) works to provide the design, development, delivery and evaluation of technical skills/operations and instructional materials and programs in securities, legal, finance, accounting, regulation and economic analysis. Instructional products, materials and programs result from analyzing organization learning needs, job and target audience requirements, curriculum analysis, evaluation and redesign within the financial services industry including, but not limited to: section 7, 6 or 63, current securities protection (hedge funds, CDs, etc.), fraud detection advanced securities operations, current regulatory environment, market trends, risk assessment and analysis, accounting, finance, statistics, economics and business. Objective The target audience is Securities and Exchange Commission employees. CSIP projects offering an average of two to three book discussions per month, with an estimated annual total of 28 sessions. The number of book discussion seminars may vary depending on the availability of funds and selected speakers. Scope In satisfaction of CSIP's requirements to deliver authors approved by the Dean of CSIP and appropriate for the target audience, the contractor shall perform the following: • Identify and recommend topics and authors of interest for CSIP and its audience • Meet with the Dean of CSIP weekly to discuss book discussion events and authors; • Provide the Dean of CSIP with consolidated lists of pre-published books and/or manuscripts and advanced copies of books to review at least 60 days prior to her quarterly selection of book titles and authors appropriate for the target audience • Schedule speakers and arrange an estimated 7, two to three hour, book discussion events at CSIP facility on a quarterly basis; • Coordinate the purchase and delivery of 200 books per book discussion event at the most advantageous cost to the federal government. Requirements After consultation with the CSIP Dean and staff, the Contractor shall provide a recommended list of speakers to meet the desired learning objectives of CSIP and that have a high likelihood of generating full enrollment and excellent seminar evaluations. The Contractor shall: 4.1 Deliver a series of author-led presentations/events that receive excellent evaluations from the target audience. 4.2 Research recently published book titles and authors appropriate to CSIP objectives. 4.3 Meet with the Dean of CSIP weekly to discuss book discussion events and authors. 4.4 Obtain marketing materials from publishing houses for selected titles and then provide to CSIP to assist in their development of marketing material. Acceptable marketing materials include, but are not limited to: electronic versions of book jackets, early book reviews, author biographies, and public relations press kits distributed by the author's publishing house. 4.5 Coordinate book discussion event details with author and/or publishing house, including providing a pre-event briefing to author and CSIP staff. 4.6 Coordinate the purchase of 200 copies of books for event participants at the most advantageous cost to the federal government and arrange delivery and shipment to CSIP seminar site. Deliverables After consultation with the CSIP Dean and staff, the Contractor shall provide a recommended list of speakers to meet the desired learning objectives of CSIP and that have a high likelihood of generating full enrollment and excellent seminar evaluations. Section Deliverables/Work Products Timeframe for Delivery 4.2 Research and identify relevant published books and authors 60 business days in advance 4.3 Meet with Dean of CSIP As requested 4.4 Obtain marketing materials 30 business days in advance 4.5 Book discussion As requested 4.6 Coordinate purchase As requested Place of Performance Work will be conducted at Contractor's worksite with the exception of meetings with the Dean of CSIP or Acting Dean of CSIP and seminar events. Meetings and seminar events will be conducted at the Securities and Exchange University headquarters at: U.S. Securities and Exchange Commission, 100 F. St. N.E., Washington, D.C. 20549 Seminar events will be telecast to the regional offices throughout the country. Period of Performance The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: Base Year: 15 September 2012 - 14 September 2013 Option Year I: 15 September 2013 - 14 September 2014 Option Year II: 15 September 2014 - 14 September 2015 Option Year III: 15 September 2015 - 14 September 2016 Option Year IV: 15 September 2016 - 14 September 2017 Performance Evaluation The Dean of CSIP will assess the Contractor's ability to provide and manage a quality assurance plan that will ensure performance of all seminar events are at or above an acceptable quality level. The evaluation will consider the relevance, credibility, responsiveness and completeness of performance and services offered. Reviews will take place quarterly through Deborah Smith Cook, Dean of CSIP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SEC62000128014/listing.html)
- Place of Performance
- Address: US Securities and Exchange Commission, Office of Human Resources, 100 F Street NE, Washington, District of Columbia, 20549-2000, United States
- Zip Code: 20549-2000
- Zip Code: 20549-2000
- Record
- SN02811868-W 20120725/120723235421-feb7f806d9006b3996e250669d949242 (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 |