Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2012 FBO #3732
SOLICITATION NOTICE

70 -- Metadata and Text Extraction Requirement - Attachment 1-SECHQ112R0003

Notice Date
2/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ112R0003
 
Archive Date
3/13/2012
 
Point of Contact
Angela Trimmier, Phone: 2025518719
 
E-Mail Address
trimmiera@sec.gov
(trimmiera@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP-SECHQ112R0003 This is a combined synopsis/solicitation for commercial items, Metadata and Text Extraction, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Proposal (RFP) number SECHQ1-12-R-0003 is assigned to this requirement and is issued as a RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This is an "unrestricted" acquisition. The North American Industry Classification System (NAICS) code is 443120 and the business size standard is $8.0M. The Securities and Exchange Commission (SEC) intends to award a Labor Hour (LH)/Firm Fixed Price (FFP) contract for Metadata and Text Extraction Processing Services, Software and Hardware. Base Year - Item No. 0001: The contractor shall perform the work and services in accordance with (IAW) Tasks 1, 3, 4, 5 and 6 of Attachment No. 1; Section C; Item Nos. 0002, 0003, 0004, 0005: The contractor shall provide Metadata and Text Extraction Processing Licenses IAW Attachment No. 1; Item Nos. 0006 and 0007: The contractor shall provide Metadata and Text Hardware IAW Attachment No. 1; Item Nos. 0008, 0009 and 0010: The contractor shall provide Optional Metadata and Text Extraction Processing Service and/or Software IAW Attachment No. 1; Option Year 1 - Item No. 1001: The contractor shall perform the work and services in accordance with (IAW) Tasks 1, 3, 4, 5 and 6 of Attachment No. 1, Section C; Item Nos. 1002, 1003, 1004 and 1005: The contractor shall provide Metadata and Text Extraction Processing Licenses IAW Attachment No. 1; Item Nos. 1006 and 1007: The contractor shall provide Optional Metadata and Text Extraction Processing Service and/or Software IAW Attachment No. 1; Option Year 2 - Item No. 2001: The contractor shall perform the work and services in accordance with (IAW) Tasks 1, 3, 4, 5 and 6 of Attachment No. 1, Section C; Item Nos. 2002, 2003, 2004 and 2005: The contractor shall provide Metadata and Text Extraction Processing Licenses IAW Attachment No. 1; Item Nos. 2006 and 2007: The contractor shall provide Optional Metadata and Text Extraction Processing Service and/or Software IAW Attachment No. 1; The period of performance for the Optional CLINs will be one year from date of award. The period of performance for the Option Years will be from date of exercise of option through one (1) year. NOTE: Other than the information contained herein, no additional information pertaining to these items is available from this agency. Place of delivery/performance is: SEC Headquarters (Station Place), 100 F Street NE, Washington, DC 20549. Delivery must be FOB Destination. All responsible sources may submit a proposal, which if timely received, shall be considered by this agency. The government does not intend to pay for any information solicited. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) - Parties responding to this solicitation who believe they can provide Items 0001 through 2007 may submit their offer in accordance with their standard commercial practices (e.g., on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses; 2) discounts for prompt payment if applicable; 3) cage code; 4) Dun & Bradstreet number; and 5) Taxpayer ID number. 52.212-2, Evaluation-Commercial Items (Jan 1999) - "...The following factors shall be used to evaluate offers: Factor 1: Technical Solution- The Government will evaluate the degree to which the Quoter's proposed solution demonstrates an understanding of and meets the technical requirements of this solicitation. Factor 2: Past Performance- The Government will evaluate the Quoter's past performance experience based on how well it is directly related to the requirements of this project. Past performance information will be evaluated to assess any risks to the Quoter's ability to successfully perform the requirements of this solicitation. If no direct or similar experience is provide, this factor will receive a neutral rating. Evaluation will assess the Quoter's ability to conform to contract requirements and adhere to contract schedules, and its commitment to customer satisfaction based upon its record of past performance for contracts that are similar in scope to this RFQ. The Government reserves the right to use both data provided by the Quoter and additional information other than that provided by the Ouoters in evaluating past performance. Factor 3: Key Personnel and Staffing- The Government will evaluate the degree to which the Quoter's proposed key personnel possess the skills, qualifications and experience to perform successfully on this effort. The Government will review the resumes of the proposed key personnel to evaluate the degree to which the personnel are qualified to perform the work The Government will evaluate the proposed methods for retaining and replacing key personnel for the Quoter's ability to provide continuity of high quality services. In rating the technical offers, the three (3) technical factors (Technical Solution, Past Performance, and Key Personnel and Staffing, and) are listed in descending order of importance. That is, Technical Solution is more important than Past Performance. Past Performance is more important than Key Personnel and Staffing. The technical factors when combined are considered more important than price factors; however, the importance of price will increase as the technical merit of the proposals becomes more equal. Technical proposals must address the requirements of this solicitation and the evaluation factors presented in a straightforward, complete and concise manner. The offeror shall demonstrate its ability to comply with each requirement and explain how such compliance is achieved. Statements such as "the offeror understands," or "the offeror will comply," and statements that paraphrase the Statement of Work or other contract requirement are inadequate. The technical proposal must not refer to cost/price. However, information concerning resources such as labor hours and category, materials and subcontracts must be included so that the government can evaluate the offeror's understanding of the scope of the required work. The technical proposal must be divided into sections per the evaluation factors. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2012) are to be submitted with your offer. If Offeror Representation and Certifications reside on ORCA, the offeror may submit certification in accordance with 52.212-3(b) in lieu of complete Representation and Certifications. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. The following clauses are incorporated by reference (IBR): 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2012). The following clauses listed in 52.212-5 are IBR: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) w/Alternate 1 (Oct 1995); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2012); 52.219-8, Utilization of Small business Concerns (May 2004); 52.219-9, Small Business Subcontracting Plan (JAN 2011); 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (NOV 2011); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). OFFERS ARE DUE BY 2:00 PM EST on February 27, 2012. All questions must be submitted in writing to Angela Trimmier via e-mail at trimmiera@sec.gov. QUESTIONS MUST BE RECEIVED NLT 2:00PM EST ON February 17, 2012. Vendors should e-mail their proposals to trimmiera@sec.gov. POC is Angela Trimmier, Contract Specialist, 202-551-8719, 703-914-1005 (Fax), trimmiera@sec.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ112R0003/listing.html)
 
Place of Performance
Address: SEC Headquarters, 100 F Street NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN02673295-W 20120212/120210233814-6ff9a23044e1553110007f9614ecb9ac (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.