Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOLICITATION NOTICE

D -- Market Research/Analysis Software

Notice Date
8/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA7014-12-T-1014
 
Archive Date
9/19/2012
 
Point of Contact
James N. Brooks, Phone: 2406126196, Thomas L. Chamberlain, Phone: 2406126187
 
E-Mail Address
james.brooks-02@afncr.af.mil, thomas.chamberlain@afncr.af.mil
(james.brooks-02@afncr.af.mil, thomas.chamberlain@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force District of Washington Contracting Directorate, 1500 West Perimeter Dr, Suite 2750, Andrews AFB, MD 20762, intends to procure market research software. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-12-T-1014. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industry Classification System code is 518210 with a business size standard of $25 million. The proposed contract is a 100 percent set-aside for small business. The U.S. Air Force intends to issue a purchase order for: LINE ITEM 0001: Market Research/Analysis Software The market/analysis research tool must support the market research process such that the process flows smoothly and seamlessly with minimal interruption. This implies an IT system requiring minimal manual data entry for search parameters and maximum use of hyper-links, pull-down menus, and/or graphical user interfaces (GUIs). It also implies that the IT system will display relevant data content in such a way as to minimize "jumping around" (maximize data on a single screen). The data architecture design must facilitate the user to flow through the tool in a seamless, intuitive manner commensurate with logical market research/analysis process flow. Drilling-down from an initial data pull for relevant market research data should generally not take more than two clicks (or similarly, a pull-down menu selection). The market research tool must be able to accomplish the following: 1. Conduct searches on FPDS-NG database that returns total dollars obligated to small businesses and total small business eligible dollars for a given time frame for at least five previous fiscal years. Display the results by FY year on a single screen. 2. Return parameters in number 1 within a single user-defined category consisting of at least 30 NAICS codes and PSC codes combinations with a single data pull that requires no further manipulation. Ability to name the category/grouping with a custom name and save the search - to include all search parameters - according to that name. 3. Ability to return parameters in number 1 by any user-selected field available in FPDS-NG, and save any search by a custom name. 4. Display all saved searches in an easily identifiable, user-selectable list. Initiate search directly from the list without manual parameter entry. 5. Download search results in an excel (csv or other) or.pdf format. 6. Lookup NAICS and/or PSC code descriptions by either number or key word. 7. Ability to create and populate user-customized list of companies directly from search results. 8. Produce SBA goaling report with or without exclusions applied (user selectable) for five consecutive previous fiscal years. Goaling report must be based upon FPDS-NG data no more than 120 days old. Display the results by FY and by civil agencies, defense agencies, and independent agencies on a single screen. Generate a list of contractors to which the dollars have been obligated in a fiscal year for a specified agency and fiscal year with no more than a single click from the goaling report results screen. Ability to filter the list by socioeconomic indicator, set-aside type, and state simultaneously via pull-down menus or equivalent GUI, and county. Ability to search the generated list by keyword. List must have fields containing contractor name, DUNS number, NAICS code, and total obligated dollars. If filtered as small business, amount set-aside must also be included. Display contractor profile meta-data (i.e. SAM profile), contract numbers on which the contractor is currently performing or has performed stratified by agency and distinguished as GSA schedule or not, on a single screen with no more than a single click (pull-down or equivalent) from the results list. Display contracting officer contact information with no more than a single click (if available) from the contractor meta-data display. Generate the following independently with a single click (pull-down, or equivalent) from a company's metadata display: a. Contracts by set-aside type b. Contract awards in last 30 days c. Contracts by NAICS and PSC codes d. FedBizOps awards e. Major customers f. Contracts by contracting office g. Contracts by socio-economic status h. Contracts by place of performance i. References 9. Generate a list of contracts that are expiring in a user-defined fiscal year by user-defined groups as described in 2 above, geographic location, and/or Department of Defense Activity Address Code (DODAAC). 10. Return spending obligations by congressional district. 11. Create custom searches that integrate data from the following databases: a. FPDS-NG b. SBA's Dynamic Small Business Search Database c. FedBizOpps d. GSA Federal Supply Schedule transactionss e. GSA - SAM (System for Award Management) f. Federal Assistance Award Data System (FAADS) g. Document library containing copies of Federal RFPs/Solicitations for the past 3 years Part Name: FEDMINE Online Application Suite Bundle; Manufacturer: FEDMINE or Equal. QUANTITY: 1 each, UNIT PRICE ______________; EXTENDED PRICE ______________; DELIVERY TIME: _________; PERIOD OF PERFORMANCE: 12 MONTHS. INSPECTION CONDITIONS AND TERMS : NEW EQUIPMENT ONLY. No remanufactured products and no gray market. Products shall be priced and delivered ready-to-use meeting all REQUIRED CHARACTERISTICS mentioned above. All items shall be priced FOB Destination to Pentagon, Washington, D.C. FAR PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items and the applicable Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.209-2, 52.211-6, 52.219-1 ALT I, 52.222-22, 52.222-25, 52.225-18, 52.233-3: 1500 West Perimeter Dr, Ste 2750, Andrews AFB, MD 20762, 52.252-1: http://farsite.hill.af.mil//, 52.252-5: DFARS (Chapter 2), and 252.225-7000. Evaluation Procedures, The Government will issue a purchase order to the offeror with the quote deemed lowest price technically acceptable in accordance with the required characteristic(s) of each line item in this solicitation. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for issuance of a purchase order. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.204-7, 52.209-10, 52.211-17, 52.223-18, 52.239-1, 52.247-34, 52.252-2: http://farsite.hill.af.mil//, 52.252-6: DFARS (Chapter 2), 52.253-1, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 ALT A, 252.204-7006, 252.212-7001 (DEVIATION 2009-00005), 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.239-7000,252.239-7001, 252.243-7001, 252.243-7002, 252.246-7000, 252.247-7024, and 5352.201-9101: (c) Col Timothy Applegate, AFDW/PK, 1500 West Perimeter Drive, Bldg 1500, Suite 5750, Joint Base Andrews 20762, telephone # (240-612-6111). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, and 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered and active in System for Award Management (SAM) database. A contractor can contact the SAM by e-mail at http://www.sam.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All written quotes must be received by 1:00 PM, Eastern Daylight Time (EDT) on 04 September 2012 via e-mail to 2d Lt James Brooks, Jr. at james.brooks-02@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this solicitation should be addressed to 2d Lt James Brooks, Jr., Contract Specialist, at james.brooks-02@afncr.af.mil or 240-612-6196 or SSgt Thomas Chamberlain, Contracting Officer, at thomas.chamberlain@afncr.af.mil or 240-612-6187. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA7014-12-T-1014/listing.html)
 
Place of Performance
Address: Pentagon, District of Columbia, District of Columbia, 20330, United States
Zip Code: 20330
 
Record
SN02849063-W 20120823/120822000936-2ae965671c0d5be3098be6f45f298373 (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.