Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

R -- USAC Synopsis/Solicitation for Statistician Services - (Draft)

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
USAC-IAD-2011-09-02
 
Archive Date
10/4/2011
 
Point of Contact
Jay H. Beard, Phone: 202-776-0200
 
E-Mail Address
jbeard@usac.org
(jbeard@usac.org)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment D Attachment C Attachment B Attachment A Synopsis/Solicitation for Statistician Services This combined synopsis/solicitation is prepared in accordance with the format in subpart 12.6 of Title 48 of the Code of Federal Regulations (known as the Federal Acquisition Regulations (FAR)) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is USAC-IAD-2011-09-02. This is a request for quotes (RFQ). This requirement is set-aside exclusively for competition by small businesses. The applicable North American Industry Classification Standard (NAICS) code is 541990 with a size standard of $7.0 million. This requirement is for a time and materials contract. This solicitation will use the FAR Subpart 13.5 simplified acquisition procedures as applicable to USAC. The anticipated award date is: September 23, 2011. The term of the contract is one year, with two one-year extension options exercisable by USAC in its sole discretion. The Universal Service Administrative Company (USAC) is a not-for-profit Delaware corporation. The Federal Communications Commission (also referred to as Commission or FCC) appointed USAC as the permanent administrator of the federal Universal Service Support Mechanisms - High Cost (HC) Program, Low Income (LI) Program, Rural Health Care (RHC) Program, including the RHC Pilot Program, and the Schools and Libraries (SL) Program (collectively referred to as "Programs" or "Support Mechanisms") - as set forth in Title 47, Part 54, Section 701 of the Code of Federal Regulations. Subject to Commission oversight, USAC performs the billing, collection, and disbursement functions associated with the programs. USAC is soliciting proposals from offerors for a contract statistician to provide professional statistical modeling and analysis services for USAC's Payment Quality Assurance (PQA) Program, which monitors beneficiary compliance with Universal Service Support Mechanism regulations, and provides information to the FCC for reporting under the federal government's Improper Payments Elimination and Recovery Act (IPERA), formerly known as the Improper Payments Information Act (IPIA). IPERA requires federal agencies to review programs and activities they administer and identify those that may be susceptible to significant erroneous payments. IPERA focuses on disbursements of federal funds made by a federal agency, contractor, or an organization administering a federal program or activity. The FCC has determined that IPERA applies to the Support Mechanisms. The procedures are designed to assess rates of improper payments and are not intended to constitute (or replace) audits of compliance with Commission rules. The objective of this procurement is to engage a professional statistician to provide guidance on the appropriate sample selections for USAC's PQA program to provide information concerning compliance with IPERA. The professional statistician will be required to: •1. Review data on USAC disbursements under each of the Support Mechanisms and prepare a sampling plan for PQA assessments on each of the Support Mechanisms. •2. Review results of PQA assessments on an ongoing basis to ensure the sampling plan continues to meet IPERA requirements. Amend or modify the sampling plan if necessary. •3. Prepare a final report summarizing sampling plan, sampling methodology and compliance with IPERA statistical sampling requirements, validity of samples in meeting requirements of IPERA and an analysis of assessment results, including discussion of payment error rates. •4. Consult with USAC and, as necessary the FCC, regarding sampling plan and results of sample assessments. Work requirements and scope are further described in Attachment A. The Solicitation may also be found on USAC's website: http://www.usac.org/about/tools/procurement/ Contracting Office Address: 2000 L Street, NW, Suite 200 Washington, DC 20036 Place(s) of Performance: •· Universal Service Administrative Company 2000 L Street, NW, Suite 200 Washington, DC 20036 •· Contractor's facility Primary Point of Contact: Jay Beard Contracting Officer Universal Service Administrative Company 2000 L Street, NW, Suite 200 Washington, DC 20036 Technical Point of Contact Mary Hultquist Senior Manager of Outsourced Audit Services Universal Service Administrative Company 2000 L Street, NW, Suite 200 Washington, DC 20036 USAC is not a Federal agency, a government corporation, a government controlled corporation or other establishment in the Executive Branch of the United States Government. USAC is not a contractor to the Federal Government. The contract awarded as a result of this RFP will not be a subcontract under a Federal prime contract. However, USAC conducts its procurements in accordance with the terms of a Memorandum of Understanding with the FCC, which requires USAC, as a general matter, to apply designated provisions of the FAR, including requirements for full and open competition. The Solicitation/Contract incorporates certain FAR clauses ( see Title 48 of the Code of Federal Regulations). The FAR clauses refer to "Government" and "Agency." As appropriate, replace "Government" or "Agency" with "USAC." Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The selected offeror must comply with the following terms and conditions, which are incorporated herein by reference: FAR § 52.212-1, Instructions to Offerors - Commercial Items, with the exception of FAR § 52.212-1(b)(10); and FAR § 52.212-4 (Alternate I), Contract Terms and Conditions - Commercial Items. Offeror shall complete and submit the representations set forth at FAR § 52.219-1 ( see Attachment B ). The following additional FAR clauses are incorporated herein by reference: FAR § 52.219-6; FAR § 52.219-14; FAR § 52.222-3; FAR § 52.222-21; FAR § 52.222-26; FAR § 52.222-36; FAR § 52.222-50; FAR § 52.225-13; and FAR § 52.232-24. This combined synopses/solicitation, including all provisions and clauses, are those in effect through Federal Acquisition Circular 2005-53 effective July 5, 2011. Offeror's proposals should include the following: •1. Solicitation number. •2. A description of services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. •3. Resume(s) of key personnel, including relevant experience. Key personnel shall include, at a minimum, the lead statistician assigned to this contract. •4. Past performance information to include no more than three recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). •5. Name, address and telephone number of the offeror. •6. A complete copy of the representations and certifications at FAR 52.219-1 ( see Attachment B ). •7. Company tax information and Duns number. •8. A completed price proposal ( see Attachment C ). USAC will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to USAC, price and other factors considered. USAC will evaluate pricing for option years in its award selection. USAC may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate USAC to exercise the option(s). The Contractor and its employees working on the Contract will be required to sign USAC's Confidentiality Agreement ( see Attachment D ) before commencing performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/USAC-IAD-2011-09-02/listing.html)
 
Place of Performance
Address: 2000 L Street, NW, Suite 200, Washington, District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN02561117-W 20110904/110902235022-cb188210c2e69bacb940a76e9ea6a20c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.