Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1996 PSA#1594

Department of the Treasury (DY), Financial Management Service, 401 14th St, SW, Washington, DC 20227

99 -- DEBTOR AND ASSET LOCATION SERVICES SOL RFQ-FMS-96-0012 DUE 052396 POC Geoff Gauger, Contract Specialist, (202) 874-3881. 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. The solicitation number for this synopsis/solicitation is RFQ-FMS-96-0012. This solicitation document and the provisions incorporated into it are those in effect through Federal Acquisition Circular 90-38. This procurement is 100% set aside for small business. The Standard Industrial Code is 7389 and the small business standard is $5 million. The Financial Management Service intends to issue a not-to-exceed purchase order for $50,000. The requirements involve performing multiple asset searches to uncover assets owned by subjects owing money to the Government as a result of a nontax debt. Additional requirements include performing skip tracing, serving legal documents on subjects and conducting special investigations. The term ''subject'', as used in this synopsis/solicitation, may be either an individual or a company. The terms ''domestic and domestically'', as used in this synopsis/solicitation, mean everywhere in all 50 United States and the District of Columbia. The terms ''non-domestic and non-domestically'', as used in this synopsis/solicitation, mean anywhere outside the 50 United States and the District of Columbia. Offerors shall propose firm fixed prices for Line Items 1 through 5, on a per transaction basis. Per transaction means a single search of the general domestic jurisdiction of the most recent known, or held, address of one subject. Line Item 6 shall be priced on an hourly/daily basis for investigations performed domestically. If applicable, offerors should clearly identify pricing that may apply to special situations or conditions, i.e., a search resulting in no finding(s). Line Item 1: Database Search: Perform, as appropriate, and provide the results of, a search of the following: Uniform Commercial Code filings, bankruptcy records, FAA search for aircraft ownership, Division of Motor Vehicles search for vehicle ownership, a personal or corporate credit report, Marine records search for boat ownership, corporate records search, judgments and tax liens, criminal records check, and verification or identification of a subject's Social Security Number or Taxpayer Identification Number. Results of the database search are due within eight working days from the date the FMS representative provides the contractor with data on a subject. Line Item 2: Basic Asset Search: Includes performing a database search as specified in Line Item 1 and identification of banking depository accounts, exclusive of bank account numbers and balances, performing, as appropriate, and providing the results of: a countywide property search for any property owned by the subject and furnish the tax assessed value of the property, stock and bond search, and employment verification of the subject. Results of the Basic Asset Search are required to be submitted to the FMS representative within 10 working days from the date the FMS representative provides the contractor with data on a subject. Line Item 3: Comprehensive Asset and Liability Search: Includes performing, and providing the results of, a database search as specified in Line Item 1, a Basic Asset Search as specified in Line Item 2, and performing and providing the results of a Grantor/Grantee Index Search, Fictitious Name Search, a search of ownership interests in any and all companies, identification of real property mortgages and determine equity of any real property mortgaged by the subject, and providing a written evaluation of a subject's net worth. Results of the Comprehensive Asset and Liability Search are required to be submitted to the FMS representative within 15 working days from the date the FMS representative provides the contractor with data on a subject. Line Item 4: Locating Delinquent Debtors: Perform skip tracing to determine the location and a phone number of a subject. Line Item 5: Serve Legal Documents: Serve legal process and other documents issued by the courts, or other Government authority, both legally and professionally, upon a non-hostile subject anywhere within the 50 United States and the District of Columbia. This Line Item will not be used for any subject that the Government knows, or believes, is hostile. However, this service may involve subjects attempting to evade being served the documents and may have to be provided under difficult circumstances. The Contractor shall send to the FMS representative a notarized Return of Service of Legal Documents upon serving any documents to a subject. Line Item 6: Special Investigations Personnel: Provide properly licensed and trained individuals to perform special investigations anywhere within the 50 United States and the District of Columbia. Special investigations may include, but are not limited to, surveillance of a subject to determine banking ties or sources of revenue or serve legal documents to a subject that the Government knows, or believes, is hostile. A written report describing the results of or discoveries made during an investigation is required to be submitted to the FMS representative within 20 working days of completing a special investigation. Prior to writing the results of the investigation, the contractor shall contact the FMS representative for the purpose of mutually agreeing to the report's format. In the event a mutual agreement cannot be reached, the report shall be written to accepted industry standards and practice. The price includes only investigations conducted domestically. Non-domestic investigations will be separately priced. All tasks shall be performed in formance of all functions called out in Line Items 1 through 6, inclusive, will be FOB Destination. Award of Line Items 1 through 6, inclusive, will only be made to a single offeror. Award of Line Items 1 through 6 will not be split or made to multiple offerors. The provisions of 52.212-1 ''Instructions to Offerors-Commercial Items'' without any addendum(s) applies to this solicitation. The provisions of 52.212-2 ''Evaluation-Commercial Items'' apply. The following factors will be used to evaluate offers: Offers will be evaluated based on the following factors which are listed in descending order of importance to determine which offer provides the best value to the Government: technical, past performance and price. To evaluate an offeror's technical capabilities, the offeror shall submit one asset search that was completed by the offeror and has been expunged of any unique characteristics, such as name, social security number, date of birth and address, that can identify the subject. Offers containing asset searches that fail to meet these terms will be immediately returned to the offeror and the offer rejected without any consideration for award. The offeror's asset search submission will be evaluated to determine the offeror's ability to perform each of the services listed in Line Items 1, 2 and 3. The offeror's asset search submission will also be evaluated on the depth and extent of the asset search that was performed. The offeror is required to submit with their offer a statement certifying that the asset search is an actual asset search prepared by the offeror. Not furnishing an asset search in accordance with the terms stated in this synopsis/solicitation will result in rejection of the offer without consideration for award. Offerors must demonstrate their ability to perform the services listed in Line Items 1 through 6, inclusive, anywhere in all 50 United States and the District of Columbia. Additionally, a non-domestic asset search may be required as a result of a domestic asset search.. Therefore, offerors will further be evaluated, using documentation submitted by the offeror, on the resources they will employ to perform the services listed in Line Items 1, 2, 3, 4, and 6 non-domestically. Offerors that do not demonstrate their ability to perform all of the services listed in Line Items 1 through 6, inclusive, domestically and Line Items 1, 2, 3, 4, and 6 non-domestically, will be rejected without any consideration for award. In order to evaluate an offeror's past performance, offerors must submit points of contact (POCs) at three firms that the offeror has performed all of the services specified in Line Items 1 through 6, inclusive. If POCs that can attest to the offeror's ability to perform all of the services specified in Line Items 1 through 6, inclusive cannot be furnished, the offeror must furnish documentation demonstrating why this information cannot be furnished. Not furnishing either POCs or documentation demonstrating why this information cannot be furnished will result in rejection of the offer without consideration for award. Pricing will be evaluated for the purpose of establishing that the offeror comprehends the level of service required by the Government. In order to assess the offeror's comprehension of the services required by the Government, the offeror shall, in its own words, furnish a succinct narrative of both the services that will be furnished for the quoted prices and the methods and protocols that will be employed to furnish those services. A copy of the offeror's commercial pricelist, brochure or e important than price. Offerors are hereby advised that a completed copy of 52.212-3 ''Offeror Representations and Certifications-Commercial Items'' must accompany the offer. Clause 52.212-4 ''Contract Terms and Conditions-Commercial Items'' applies to this acquisition. As an addendum to Clause 52.212-4, paragraph (i), the government will make any and all invoice payments via electronic funds transfer. Prior to award, if any, the apparent successful offeror will be required to submit a completed SF 3881 ''ACH Vendor/Miscellaneous Payment Enrollment Form''. Clause 52.212-5 ''Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items'' applies to this acquisition. The clauses listed in 52.212-5 that apply to this solicitation are: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 and 52.222-42. The clauses and provisions cited in this synopsis/solicitation are available via fax by dialing (202) 874-8616 using a touch-tone phone and requesting document number 21209605. Offers must be received at the Financial Management Service, Acquisition Management Division, Rm. 457B, 401 14th Street, SW, Washington, DC 20227, no later than 4:30 PM Eastern Tim (0131)

Loren Data Corp. http://www.ld.com (SYN# 0424 19960513\99-0001.SOL)


99 - Miscellaneous Index Page