SOLICITATION NOTICE
R -- Credit Worthiness Subscription Services
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561450
— Credit Bureaus
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-SOL-0006084
- Point of Contact
- Kadra L. Martz, Phone: 7209627153
- E-Mail Address
-
martz@wapa.gov
(martz@wapa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information in this notice. This notice constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED separate from this announcement. Solicitation DE-SOL-0006084 is issued as a Request for Quotation (RFQ). You may submit your written quote on company letter head or on a Standard Form 1449. The solicitation documents and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2005-55 (Feb. 2, 2012). The North American Industry Classification System Code (NAICS) is 561450. Size standard is $14.0. This acquisition is being procured using full and open competition. A firm fixed price contract with one base year and four option years will be awarded using Simplified Acquisition Procedures. The U.S. Department of Energy, Western Area Power Administration, Corporate Services seeks quotes for Financial Credit Worthiness Subscription Services with the following minimum requirements: • Must be able to provide consolidated automated reports that provide, at a minimum and preferably via e-mail, the current news within the energy business and information that may impact business relationships (i.e., credit ratings, company bankruptcies; management changes) for entities that Western currently does business with or could do business with. • Coverage must include utilities as well as financial institutions such as JPMorgan, Citigroup, Barclay's, Morgan Stanley. Coverage of municipalities and Government agencies would also be helpful. • Research capabilities will include but are not limited to: annual reports, completed financial statement ratio's; SEC filings, news/media updates, changes in agency (S&P; Moody's; Fitch) credit ratings, financial alerts, bankruptcies, company management backgrounds and any other information Western can use to determine if we want to conduct business with a company, which will be consolidated on one internet site. • Need global coverage as some of Western's customers are located in countries outside of the U.S. (i.e., Barclay's; Powerex). • At least 30 number of seats or licenses included in the subscription. • Reports and data should be exportable to Excel or Word. The contract line item number and description for this procurement are: Line Item 0001: Base Year-9/1/2013 to 8/31/2014 $ Line Item 0002: Option Year One-9/1/2014 to 8/31/2015 $ Line Item 0003: Option Year Two-9/1/2015 to 8/31/2016 $ Line Item 0004: Option Year Three-9/1/2016 to 8/31/2017$ Line Item 0005: Option Year Four-9/1/2017 to 8/31/2018 $ Evaluation Criteria and Basis for Award Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and (3) Price. Technical Capability and Past Performance, when combined shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that proposed services meets or exceeds all requirements Past Performance: The Government will evaluate past performance as it pertains to the proposed item to determine the level of quality. The evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate reference, including Western references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. Required Submissions All quoters shall submit the following: 1. Itemized pricing for each Line Item listed above; 2. For the purpose of technical evaluation quoters shall submit a technical description and/or product literature which clearly demonstrates all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; 3. This is an Open-Market Combined Synopsis/Solicitation for services defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. The Price provided should be a Firm Fixed Price, the price quoted will be the price paid by Western for the requirement. Award will be made within two weeks of the response date. Delivery shall occur on or after September 1, 2013. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments. Questions may be submitted in writing, via email, to Kadra L. Martz (martz@wapa.gov) until 4:00 p.m. EST on Monday, August 19, 2013 in order to guarantee a government response. All questions submitted after that date and time are not guaranteed a response. Written offers and the above required information are due August 21, 2013 by 4:00 PM EST. Please send responses electronically to Kadra L. Martz, Contract Specialist, email address: martz@wapa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency. Provisions and Clauses The full text of a FAR provision or clause may be accessed electronically at https://acquisition.gov/far/. 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). Please submit product information that demonstrates the vendor's ability to provide Western with access to the information detailed above. 52.212-2, Evaluation -- Commercial Items (Jan 1999). The Government intends to award to the responsible contractor whose quotation represents the lowest price technically acceptable. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2012). * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Feb 2012). The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-50, Combating Trafficking in Persons (Feb. 2009); 52.233-3, Protest After Award (Aug 1996); 50.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporation; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) 52.222-14, Rights in Data - General (Dec 2007) DOE-H-1052 LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT, 2010) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 US. C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) WES-H-1054 Compliance with Internet Protocol Version 6 (IPV6) In Acquiring Information Technology (WAPA Jun 2010) This contract involves the acquisition of Information Technology (IT) that uses Internet Protocol (IP) technology. The contractor agrees that (1) all deliverables that involve IT that uses IP (products, services, software, etc.) comply with IPv6 standards and interoperate with both IPv6 and IPv4 systems and products; and (2) it has IPv6 technical support for fielded product management, development and implementation available. If the contractor plans to offer a deliverable that involves IT that is not initially compliant, the contractor agrees to (1) obtain the Contracting Officer's approval before starting work on the deliverable; and (2) have IPv6 technical support for fielded product management, development and implementation available. Should the contractor find that the Statement of Work or specifications of this contract do not conform to IPv6 standards, it must notify the Contracting Officer of such nonconformance and act in accordance with the instructions of the Contracting Officer. (End of Clause) Contract terms and conditions identified above will be incorporated into any resulting contract. If your organization has additional terms and conditions (or End User License Agreement) that you request be included in any resulting contract, please include with your quote. Additionally, if you take exception to any of the Governments Terms and Conditions, please include that information in your quote and the reason you take exception.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e186f0b810633951a4de2ea1f760031)
- Place of Performance
- Address: Department of Energy, Western Area Power Administration, 12155 W. Alameda Parkway, Lakewood, CO 80228-8213, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN03148285-W 20130816/130814234946-8e186f0b810633951a4de2ea1f760031 (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 |