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