SOLICITATION NOTICE
B -- Proxy Voting Results Data - (Draft)
- Notice Date
- 5/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541219
— Other Accounting Services
- 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
- SECHQ114Q0104
- Archive Date
- 6/3/2014
- Point of Contact
- Reginald Barnes,
- E-Mail Address
-
barnesr@sec.gov
(barnesr@sec.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. ii) Solicitation SECHQ114Q0104 is hereby issued as a Request for Quote (RFQ). iii) Provisions and clauses in effect through Federal Acquisition Circular 2005-73 are incorporated. iv) Set-Aside and NAICS Code: This acquisition is not set-aside. The NAICS code for this requirement is 541219 and the size standard is $19.0 v) A list of contract line item numbers and items: Base - CLIN 0001 Current and historical proxy voting results data for 2012 Base - CLIN 0002 Current and historical proxy voting results data for 2013 Option Period 1 - CLIN 0003 Current and historical proxy voting results data for 2014 Option Period 2 - CLIN 0004 Current and historical proxy voting results data for 2015 Option Period 3 - CLIN 0005 Current and historical proxy voting results data for 2016 Option Period 4 - CLIN 0006 Current and historical proxy voting results data for 2017 The vendor is encouraged to provide pricing for a 5 year requirement with the period of performance 06/01/2014 to 5/31/2019. vi) Description of requirement for the items to be acquired (Attached SOW) vii) Date and place of delivery and acceptance and FOB point Delivery of all items will be made via electronic submission. The FOB POINT is Destination. The period of performance will consist of a base and 4 option periods. The anticipated date of contract award is May 22, 2014. All responsible sources may submit a quotation which shall be considered by the agency. The Government reserves the right to award one contract or make no award. viii) 52.212-1 - Instructions to Offerors - Commercial Items (Feb 2012) Parties responding to this solicitation who believe they can provide the requirements per the SOW may submit their quote in accordance with their standard commercial practices. ix)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. The following factor(s) shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (ii) Price x) 52.212-3 - Offeror Representations and Certifications - Commercial Items (Apr 2012) Quoters shall include a completed copy of the provision at 52.212-3 with its offer, or indicate that representations and certifications are available on-line in the Reps & Certs section of their System for Award Management (SAM) record available at https://www.sam.gov. xi) 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012) xii) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (Jul 2012), paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.239-1 xiii) The following FAR clauses apply to this procurement: 52.252-2 - Clauses Incorporated By Reference 52.252-1 - Solicitation Provisions Incorporated By Reference The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.216-1 Type of Contract (Apr 1984). The Government contemplates award of a firm fixed-price contract. 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. 6012.02 SEC 508 Requirements (March 2011) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, and/or used under this contract/order must comply with the Electronic and Information Technology Accessibility Provisions set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the “Access Board”) in FAR 39.2.The complete text of Section 508 Final Provisions can be accessed at http://www.access-board.gov/sec508/provisions.htm. All EIT products must comply with the following standards. Descriptions of the standards are viewable at the link Section 508 Standards. • 36 CFR 1194 Section 21-Software applications and operating systems • 36 CFR 1194 Section 22-Web-based Intranet and Internet Information and Applications • 36 CFR 1194 Section 23-Telecommunication Products • 36 CFR 1194 Section 24-Video and Multimedia Products • 36 CFR 1194 Section 25-Self contained, closed products • 36 CFR 1194 Section 26-Desktop and Portable Computers • 36 CFR 1194 Section 31-Functional Performance Criteria • 36 CFR 1194 Section 41-Information, documentation, and support Offerors that fail to demonstrate compliance with the above standards, or provide equivalent salient characteristics, may be eliminated from further consideration for award. The Contractor shall indicate for each line item in the schedule whether each product or service is compliant or non-compliant with the accessibility standards at 36 CFR 1194 using a Voluntary Product Accessibility Template (VPAT). Further, the quote must indicate where full details of compliance can be found (e.g., vendor’s website or other exact location). The offeror further represents that all EIT products and services that are less than fully compliant have been reviewed and plans to correct are in place. Respondents to this solicitation must provide any additional detailed information necessary for determining applicable Section 508 standards conformance, as well as for documenting EIT products and/or services that are incidental to the project, which would constitute an exception to Section 508 requirements. If a vendor claims its products and/or services, including EIT deliverables such as electronic documents and reports, meet applicable Section 508 standards, and it is later determined by the Government – i.e., after award of a contract/order, that products and/or services delivered do not conform to the described accessibility, remediation of the products and/or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. xiv) Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be emailed to barnesr@sec.gov by 3:00pm Eastern on 19 May 2014. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection. xv) All questions concerning this RFQ shall be submitted in writing to Reginald Barnes at barnesr@sec.gov, no later than 5:00pm Eastern, May 15, 2014. Questions will not be answered orally. Questions submitted after the specified time/date may not be addressed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ114Q0104/listing.html)
- Record
- SN03365853-W 20140516/140514234506-b69c4cb8b179ba240350d56684063dd0 (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 |