|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1997 PSA#1831Department of the Treasury (DY) -- US Customs Service, Field
Procurement Svcs. Group, 6026 Lakeside Blvd., Indianapolis IN 46278 D -- ON-LINE DATA BASE SERVICE SOL CS-I-97-002 DUE 051497 POC Contract
Specialist, Clarence W. Abernathy (317) 298-1180, 1206 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation that
will be released. Proposals are being requested and a written
solicitation will not be issued. Solicitation number CS-I-97-002 is
issued as a request for proposal (RFP) and incorporates provisions and
clauses that are in effect through Federal Acquisition Circular 90-46.
The standard industrial classification code (SIC) is 7375. The small
business size standard is $18.5 million in average annual receipts.
This requirement will result in a firm fixed price contract with a base
year and four one year options. This requirement includes five (5)
contract line item numbers (CLINS) 0001, 0002, 0003, 0004 and 0005 for
On-Line Data Base Service. The base period (CLIN 0001), is from date
of award through September 30, 1997. Option Period I (CLIN 0002), is
from October 1, 1997 through September 30, 1998. Option Period II (CLIN
0003), is from October 1, 1998 through September 30, 1999. Option
Period III (CLIN 0004), is from October 1, 1999 through September 30,
2000. Option Period IV (CLIN 0005), is from October 1, 2000 through
September 30, 2001. The vendor shall provide a file consisting of
United States real properties including, but not limited to the parcel
id, property address, owners names, owners addresses, owner phone
numbers, property description for complete data elements lists. There
is no intention on the part of the government to build such a file
under this contract. The file must already exist and be made accessible
to the Customs Service under the delivery specified below. Likewise,
this contract is not for software development. Programming required to
integrate vendor provided real estate data into the Customs Computer
System will be developed by the Customs Service outside the scope of
this contract. Should software development be required on the part of
the vendor to comply with the delivery requirements, vendor agrees to
absorb that cost as part of the expense of delivering the file.
Offerors will be evaluated with respect to their technical and cost
proposal. The technical evaluation will be based on the following
factors. PAST PERFORMANCE, COVERAGE- NUMBER OF REAL PROPERTIES,
DELIVERY, COVERAGE -- NUMBER OF STATES, COVERAGE -- NUMBER OF
COUNTIES/MUNICIPALITIES, and CURRENCY OF THE DATA. PAST PERFORMANCE:
The Offeror shall provide information to show the corporate experience
gained within the las five years on the same or similar work as
described in th Proposal Evaluation (Technical) listed below. This
information should show the knowledge and ability to perform the task.
The Offeror shall provide a list of previous contracts, name of
company, points of contact, telephone number, facsimile number and
dollar amount; for the same or similar work. COVERAGE -- NUMBER OF REAL
PROPERTIES ON FILE: The Government requiresas a minimum 68 million
properties. For purposes of evaluation a property is defined as a
unique parcel identification number as used by county or other
municipality for identifying real property parcels. DELIVERY: The
Government requires as a minimum the proposed delivery be met.
DELIVERY: File resides on the vendors computer system at their site.
Vendor and government computers are linked together via online
communications. Data is retrieved on a transaction basis and delivered
to th government via online communications. The procedure involves a
peer-to-peer communication between two large scale computers. Dial up
access to a vendor computer system from a users PC does not qualify
under this requirement. Vendor agrees to grant permission to the U.S.
Customs Service to load the delivered property data onto the Customs
mainframe computer located at the U.S. Customs National Data Center in
Springfield, Virginia, which houses the Treasury Enforcement
Communication System (TECS). Under this option property dataaccess is
restricted and limited to users of the TECS application only. COVERAGE
-- NUMBER OF STATES: As a minimum the Government requires coverage for
34 states. For purposes of evaluation a state is defined as one of the
fifty states in the country United States of America, the US Virgin
Islands, Puerto Rico and the District of Columbia. COVERAGE -- NUMBER
OF COUNTIES/MUNICIPALITIES: As a minimum, the Government requires
coverage for 363 counties/municipalities. For purposes of evaluation a
county/municipality is defined as a geopolitical entity which is a
subdivision of a state (as defined above) which registers deeds and or
collects tax on real properties within its jurisdiction. CURRENCY OF
THE DATA: As a minimum, the data has to be current in which each record
on the taxroll file must be accurate to the most recent tax cycle such
that taxroll data is provided at least quarterly to the Customs
Service. EVALUATION OF PROPOSAL: The Government will make an award to
the technically acceptable Offeror at the lowest price. PRE-PROPOSAL
CONFERENCE: A Pre-Proposal Conference will be conducted. The
Pre-Proposal Conference will be held at U.S. Customs, 7681 Boston Blvd,
Executive Conference Room, Springfield, VA at 11:00 am on May 6, 1997.
Government Representatives will attend the conference. The Technical
Evaluation and Cost Proposal evaluation criteria will be discussed.
Contractors interested in attending the conference must notify the
Contract Specialist by facsimile (317) 298-1344. Advance questions are
encouraged. Facsimile (317) 298-1344 to: Clarence Abernathy, U.S.
Customs, Field Procurement Services Group, 6026 Lakeside Blvd.,
Indianapolis, IN 46278. The following FAR clauses and provisions apply:
52.212-1, Instructions to Offerors -- Commercial Items, 52,212-5,
Contact Terms and Conditions Required to Implement Statues or Executive
Offerors -- Commercial Items will apply to the resultant contract:
52.203-6, 52.219-8, 52.219-14, 52.222-26, 52.222-26, 52.222-35,
52.222-37, 52.225-3, 52.222-41, 52,222-42, 52,222-43 and 52.217-9.
Evaluation of options shall not obligate the government to exercise the
option (s). The proposal should include the cost for the base period
and each option period. Offerors should include a completed copy of the
provisions at 52.212-3, Offeror Representations and
Certification-Commercial Items, with their proposals. The government
will evaluate offers for award purposes by adding the total price for
all option periods to the total price for the base period. The
government will make a contract award to the offeror who is technically
acceptable and offers the lowest price. The contractors responsibility
will be pursuant to FAR 9.104-1. The government may evaluate proposals
and make award without discussions. Proposals are due Wednesday, May
14, 1997 at 3:30 p.m., local time. Late proposals will not be
considered. Proposals shall be addressed as follows: U.S. Customs
Service, Field Procurement Services Group, Attention: Clarence
Abernathy, 6026 Lakeside Boulevard, Indianapolis, Indiana 46278.
(0112) Loren Data Corp. http://www.ld.com (SYN# 0030 19970424\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|