SOLICITATION NOTICE
R -- combined synopsis/solicitation - quantile estimation methods
- Notice Date
- 8/1/2024 11:53:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- INTERNATIONAL TRADE COMMISSION, UNITED STATES WASHINGTON DC 20436 USA
- ZIP Code
- 20436
- Solicitation Number
- 34300024Q0043
- Response Due
- 8/12/2024 9:00:00 AM
- Archive Date
- 08/27/2024
- Point of Contact
- Alisha Hunt, Ian Quillman, Phone: 2026311234
- E-Mail Address
-
alisha.hunt@usitc.gov, ian.quillman@usitc.gov
(alisha.hunt@usitc.gov, ian.quillman@usitc.gov)
- Description
- (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; quotations are being requested and a written solicitation will not be issued. (ii) �Solicitation #: 34300024Q0043 The purpose of this Request for Quotation (RFQ) is to provide the US International Trade Commission economics representatives with a research paper that will seek information on the current economic effects of the trade agreements using the Gravity Model. The Government anticipates award of a Firm Fixed Price contract.� (iii) �This solicitation contains provisions and clauses in effect through Federal Acquisition Circular 07/31/2024, 2024-06.� � (iv) �This procurement is being solicitated as a 100% Small Business set aside under NAICS code 541720 Research & Development in the Social Science and Humanities. (v)� Pricing This requirement is Firm Fixed Price, for the purchase of a gravity model research analyst. Offerors shall propose a single fixed price. (vi) �Description of requirements for the items to be acquired: Statement of Work Analyze the effects of trade agreements using Quantile Gravity Methods 1.1 Introduction The United States International Trade Commission (USITC or Commission) is an independent, quasi-judicial Federal agency with broad investigative responsibilities on matters of trade. The Commission investigates the effects of dumped and subsidized imports on domestic industries and conducts global safeguard investigations. The Commission also adjudicates cases involving imported goods that are alleged to infringe U.S. intellectual property rights. The Commission�s mandate, among other things, is to provide the President, the United States Trade Representative (USTR), and Congress with independent, quality analysis and information regarding international trade and competitive conditions facing U.S. firms. In doing so, the Commission contributes to the development of sound and informed U.S. trade policy. 1.2 Brief Background The gravity model is frequently used by the Office of Economics to determine the ex-post effects of trade agreements in the Commission�s factfinding studies such as in the 2021 report on the �Economic Impact of Trade Agreements Implemented Under Trade Authorities Procedures.� An important limitation with traditional gravity estimates is the assumption that trade agreements have a homogeneous treatment effect on the trade flows of member countries. However, some recent empirical studies have shown that trade agreements can generate heterogenous economic effects depending on the ex-ante geographic and institutional frictions (distance, language, legal systems) present between member countries. It will thus benefit the Commission to employ the latest quantile estimation methods developed for the gravity model to assess the effects of trade agreements across the entire distribution of trade flows�allowing for a more precise and targeted quantification of the overall welfare effects. 1.3 Objectives This requirement will entail a research paper to be written by an expert on quantile estimation methods and with an established record of conducting research on the economic effects of trade agreements using the gravity model. The paper will be co-authored by the Commission staff. This paper will conduct original research and employ quantile estimation methods to determine the heterogenous effects of trade agreements at the disaggregate sector level. The estimates from the quantile regression will then be employed in a general equilibrium gravity framework to simulate the welfare effects of trade agreements. The final paper should include a comparison with other common methods used to estimate the gravity model and the benefits and drawbacks of the different approaches. The research should be conducted under certain parameters. First, it should provide a review on how the literature currently accounts for heterogenous treatment effects from trade agreements. Second, with respect to methodology, the quantile estimation methods should be robust to the incidental parameter problem that arises when using quantile regressions on panel trade data with three-way fixed effects in the specification (importer-year, exporter-year, importer-exporter). The selected quantile method should also be capable of generating estimates in the presence of any zeros in the sample. Finally, the research should rely upon publicly available data sources. 1.4 Scope of Work The contractor shall provide the Government with: 1. A research plan and annotated outline, which will include a description of the methodology and sources of information used, as well as a plan for the contributions to be made by USITC staff. 2. One workshop to discuss quantile estimation methods in general and a second technical workshop to discuss the use of quantile estimation in gravity models of trade flows. 3. A draft research paper co-authored by USITC staff, following the requirements defined in the research objectives. 4. A final version of the co-authored paper that could be submitted to a peer-reviewed academic journal. 5. A final presentation of research findings upon completion of the paper. 1.5. Technical Requirements The subject-matter expert contractor shall provide the competed paper and its associated parts (data files for used tables and charts) to the USITC upon the completion of this project. 1.6 Deliverables Any work completed under this contract may be released to the public at the Commission�s discretion. 1.7 General Acceptance Criteria General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Accuracy - Work products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity - Work products shall be clear and concise. Any/all diagrams shall be easy to understand and be relevant to the supporting narrative. Consistency to Requirements - All work products must satisfy the requirements of this statement of work. File Editing - All text and diagrammatic files shall be editable by the Government. Format - Work products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Timeliness - Work products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the Government. 1.8 Period of Performance The period of performance is October 1, 2024�September 30, 2025. 1.9 Place of Performance The place of performance may be at the contractor�s facilities or at the USITC. 1.10 Type of Contract The Government anticipates award of a Firm Fixed Price Contract as a result of this solicitation. 1.11 Total Set Aside: This is a 100% Small Business set aside under NAICS code 541720 Research & Development in the Social Science and Humanities. 1.12 Evaluation Factor and basis for Award: This is a Lowest Price Technically Acceptable (LPTA) procurement. Award will be made to the offeror presenting the lowest total priced quote, which meet the following requirements. Methods of Quotation and Delivery Location:� Quote shall be submitted through SAM.Gov by the closing date and time as specified below.��� List of Attachments: CLIN DESCRIPTION QTY PRICE 1 Services to use a quantile gravity model to estimate impacts of trade agreements at the sector level. 1 EA Evaluation Factors for Award Award shall be made to the responsible offeror whose offer, in conforming to this Request for Quotation, provides an overall best value to the Government, technical evaluation factors and price considered. The Government's objective is to obtain the highest technical quality considered necessary to meet the Government�s requirement, with a realistic and reasonable price. Technical is more important than Price. The Government reserves the right not to make an award as a result of this solicitation if, in the opinion of the Government, none of the offers would provide satisfactory performance at a price that is considered fair and reasonable and/or economically feasible. In order to be considered for award, the offeror must be registered, and current (with certain exceptions), in the System for Award Management database (www.sam.gov) prior to award being made (Reference FAR 4.11), unless an exception at FAR 4.1102 applies. Factor 1:� Technical Offer shall include a full written description of their proposed solution and how it can meet our requirements. The following areas will be used to determine the Technical Factor rating: Offerors product demonstration, specifically in the areas of ease of use, and level of detail Offeror�s Past Performance Factor 2:� Price Offer shall propose a single fixed price for completing the requirement. We are only accepting offers for an enterprise license, available to all USITC employees. The Government will evaluate the offeror�s quoted prices for reasonableness.� Price reasonableness will be determined based on competition as well as established commercial prices for same or similar services. Each price quote will be assessed to identify any potential risk. Price risk refers to any aspect of an offeror�s quote which could have significant negative price consequences for the Government. Where risk is assessed, it may be described in qualitative terms or used as a best-value discriminator. (x) �Each Offeror shall submit a completed copy of the provision at 52.212-3, Offeror Representations & Certifications - Commercial Items, with its quotation. (xi) �FAR 52.212-4, Contract Terms & Conditions � Commercial Items, (Nov 2023), applies to this solicitation. (xii) �FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2024). The successful offeror must comply with the following applicable commercial item terms and conditions, which are incorporated herein by reference.� The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items; the provision at FAR 52.212-2, Evaluation; FAR 52.212-3 Offeror Representations and Certification-Commercial Items.� FAR Clause 52.212-4 Contract Terms and Conditions, Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items.� Paragraph (a) and the following cluses in Paragraph (b):� 52.203-6, 52.204-10; 52.209-6; 52.209-9, 52.219-4, 52.219-8, 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36, 52.222-37, 52.222-40, 52.222-50; 52.223-18; 52.225-13; 52.232-33 52.252-2�� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR CLAUSES & PROVISIONS INCORPORATED BY REFERENCE �������� 52.202-1�������������������� DEFINITIONS������������������������������������������������������������������� JUN 2020 �������� 52.203-3�������������������� GRATUITIES��������������������������������������������������������������������� APR 1984 �������� 52.204-7�������������������� CENTRAL CONTRACTOR REGISTRATION������������������ OCT 2018�� �������� 52.252-6�������������������� AUTHORIZED DEVIATIONS IN CLAUSES�������������������� NOV 2020 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). 52.217-8��������� OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract.� These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor.� The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months.� The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days before the contract expiration date. 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�45 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�15 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�66 months. (End of clause) (xiii) Additional Contract Requirements AUTHORITIES Contracting Officer:� The Contracting Officer (CO), in accordance with Subpart 1.6 of the Federal Acquisition Regulation, is the only person authorized to make or approve any changes in any of the requirements of this contract and, notwithstanding any clauses contained elsewhere in this contract, the said authority remains solely with the CO.� In the event the contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made to the contract�s price to cover any increase in costs incurred as a result thereof.� The CO shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract.� The CO is the only individual who can legally obligate Government funds.� Contract Specialist Contract Officer Alisha Hunt Ian Quillman Alisha.Hunt@usitc.gov Ian.Quillman@usitc.gov 202-205-2242 ������������������������ 202- 205-3431 Contracting Officer�s Representative:� The Contracting Officer will appoint the Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the Contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: Filled in upon award The COR is not authorized to perform, formally or informally, any of the following actions: Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change the terms and conditions of this contract; Waive or agree to modification of the delivery schedule; Make any final decision on any contract matter subject to the Disputes Clause; Terminate, for any reason, the Contractor's right to proceed; Obligate, in any way, the payment of money by the Government. The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. ��Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. Invoices Submission of Invoices:��������� Invoice(s) shall be submitted through the U. S. Department of Treasury�s Invoice Processing Platform (IPP), which provides for secure electronic submission and receipt of invoices. https://www.ipp.gov/vendors/index IPP Customer Support may be reached at 866-973-3131 or IPPCustomerSupport@fiscal.treasury.gov, is available to assist users of the system. PLEASE NOTE:� When entering the invoice(s) in IPP, ensure the period of performance being invoiced is included in the Description field.� Please use the format �MM/DD/YYYY to MM/DD/YYYY.� https://www.ipp.gov/vendors/ To ensure a proper invoice is submitted, the following information must be on each invoice submitted: Name and address of contractor 2��� Invoice date and invoice number 3��� Purchase Order No. (34300024P0022) 4��� Description, price, and quantity, CLIN, of services and/or supplies delivered; 5��� Delivery Date/Performance Period covered by the invoice; 6��� Payment terms 7 �� Name and address of the contractor�s official to whom payment is to be sent.�� The �Remit To� address must correspond to the remittance address in this contract; 8��� Name, title, phone number, and mailing address of contact person to be notified in the event of a defective invoice. (xiv) ��� Not Applicable (xv) Due date of Offers: RFQ Questions/Vendor Communications All questions concerning the RFQ are due by 12:00 p.m., E.T. Thursday, August 8th, 2024, and must be sent via email, to Alisha Hunt at Alisha.Hunt@usitc.gov.� Please include the solicitation number 34300024Q0043 in the subject line of your email.� If questions are received after the date stated above, the Government reserves the right not to provide an answer.� If, however, in the Government�s opinion, the question represents an issue of significant importance, the Government may provide responses to all offerors.� Please note, questions and comments will not be protected by the Government as proprietary. Quotation Due Date Quotations submitted in response to this RFQ shall be received by the due date and time established herein.� Quotations must be received by the USITC no later than 12:00 p.m. E.T. Monday, August 12, 2024, to be considered for award. Quotations must be emailed to Alisha.Hunt@usitc.gov. No hard copy quotations will be accepted. � (xvi) Point of Contact for this solicitation is Alisha Hunt, Alisha Hunt at 202-205-4355.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a6ecd0eae8e4b89bb60657960094963/view)
- Place of Performance
- Address: Washington, DC 20436, USA
- Zip Code: 20436
- Country: USA
- Zip Code: 20436
- Record
- SN07152453-F 20240803/240801230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |