SOLICITATION NOTICE
76 -- Foreign Credit Reporting Services - Package #1
- Notice Date
- 4/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
- ZIP Code
- 20571
- Solicitation Number
- EXIM17Q0044
- Point of Contact
- Lorita Jackson, Phone: 2025653317, Josephine Chutta, Phone: 2025653475
- E-Mail Address
-
Lorita.Jackson@exim.gov, josephine.chutta@exim.gov
(Lorita.Jackson@exim.gov, josephine.chutta@exim.gov)
- Small Business Set-Aside
- N/A
- Description
- Pricing Table Past performance Questionnaire Statement of Work 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; A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. There are no set-asides identified for this procurement. The applicable NAICS code is 519190-All Other Information Services, with a small business size standard of $7.0M. The provisions and clauses incorporated herein are those in effect as of Federal Acquisition Circular (FAC) 2005-95 dated 01/13/2017. The Export Import Bank of the United States (EXIM Bank) has a requirement for international credit reporting services The Exim Bank, in the course of its underwriting and participant management activities, frequently requires credit and demographic information to execute its mission. The requirement will be for a base year plus four consecutive twelve month options. This solicitation incorporates the FAR clauses 52.212-1 (Instructions to Offerors-Commercial Items (Jun 2008); 52.212-3 (Offeror Representations and Certifications-Commercial Items (May 2011)); 52.212-4 (Contract Terms and Conditions-Commercial Items (June 2010)); 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011)); 52.217-8 (Option to Extend the Services (Nov 1999)); 52.217-9 (Option to Extend the Term of the Contract (Mar 2000)); and 52.237-3 (Continuity of Services (Jan 1991)) for commercial items and services. Supplemental Information to Clause 52.212-2: Paragraph (a) evaluation factors are: •Technical •Past performance •Price Basis for Award The EXIM Bank intends to make a best value award resulting from this solicitation. Best value meaning the offer that provides the broadest level of services at a reasonable price. Technical and past performance, when combined are significantly more important than price. Evaluation Criteria The EXIM Bank is requesting a solution for a user community of about thirty (30) individuals. The EXIM Bank's requirements are outlined in the Statement of Work Attachment 1. The Government plans to make award to the offeror whose proposal is most advantageous to the Government, price and other factors considered. This includes awarding a contract for a higher price than the lowest technically acceptable offer if non-price factors are considered to represent a better value to the Government. The Government reserves the right to make award to the lowest priced, technically acceptable offeror, if it represents the best value. Proposals should contain the vendor's best terms in the initial proposal. The Government may, at its discretion, confer with an Offeror to clarify proposal details. Each technical evaluation factor will be given an adjectival rating of; Outstanding, Very Good, Average, or Unacceptable. In the event a proposed solution is available in a variety of levels of capability and support, Offerors are advised to propose a single solution which offers the best value to the EXIM Bank over the five year potential term of this requirement. Proposals which provide a choice of multiple levels of their product/service, and/or, varying levels of support for the product, will be considered non-compliant and not evaluated. The EXIM Bank is seeking from each Offeror their single most cost effective solution. Offerors may propose items with pricing information for other products that they consider beneficial to the EXIM Bank (such as Call Center On Demand, access to other commercial databases, etc.). EXIM Bank will consider items it deems to be of benefit to the Bank and evaluate these separate items in accordance with the stated evaluation criteria. EVALUATION FACTORS: Technical considerations are more important than price. Technical considerations will be assessed against the Offeror's response to the Statement of Work (Attachment 1) and any supplemental submission thereto. As technical considerations become more equal among proposals, price becomes more important. Credit reporting is a mature industry and as such most firms being solicited are anticipated to be technically sufficient in general terms. It is therefore likely that price will be a determining factor in award. However, differences in technical capabilities among Offerors may become more pronounced as more information is provided in response to this RFQ or other information that may become available to the EXIM Bank. Technical factors represented and any supplement submission will be assessed collectively using an adjectival rating of: Outstanding, Very Good, Average, or Unacceptable. Past Performance will be assessed using the same adjectival rating of: Outstanding, Very Good, Average, or Unacceptable. c.Evaluation Factor Standards (a) Technical. The ExIm Bank will assess the degree to which a proposed solution meets or exceeds the greatest proportion of technical considerations (in both number and in quality) identified in Attachment 1 (and any corresponding supplemental submission) as completed by the Offeror. However, all Offerors are cautioned that meeting or exceeding the majority of technical considerations may not represent the most cost effective solution (i.e., best value) if such a solution is comparatively high in price. The EXIM Bank is seeking a solution that represents "the most bang for the buck". (b) Past Performance. The EXIM Bank will evaluate the relevance and applicability of the Offeror's corporate experience to the successful completion of the requirement. The Offeror shall provide at least three references with current points of contact. Any prior product solution deployments identified in Attachment 1 should be elaborated on in a supplemental submission to Attachment 1. The Government reserves the right to check all references. Inaccurate or incomplete references will be assessed negatively. The Government also reserves the right not to check references. The Government reserves the right to award a contract based upon initial proposals received without discussion or negotiation. (c) Price. The Offeror's response will be evaluated against proposed unit pricing for the base year and all option years, and, the degree to which the response demonstrates the necessary corporate experience, corporate resources and corporate best practices, as appropriate to the areas addressed in paragraph (b) above. Offerors are cautioned against including in their pricing any assumptions concerning existing software, product licenses or subscriptions the EXIM Bank currently has. Incorrect or inaccurate assumptions will reflect negatively in proposal evaluation. EXIM Bank desires a proposed solution that presumes we are implementing the solution from scratch. However, in the event any Offeror is in a position to offer an increased value to the EXIM Bank by leveraging existing relationships, then the Offeror is encouraged to provide additional and separate pricing which clearly denotes such opportunities. The Government will evaluate price proposals to determine reasonableness. Prices that are excessively high or low may be considered unrealistic and unreasonable, and may receive no further consideration. The government will be evaluating all proposals to determine best value. The Government will evaluate offers for award purposes by evaluating prices for the Base Year and Option Years. Proposals that do not include prices for the Option Years may be rejected and may not be considered further for award. Evaluation of options will not obligate the Government to exercise the options. The total price over the base year and four option years of the services proposed to EXIM Bank will be evaluated in comparison among all technically qualified proposals for price reasonableness as follows: •Reasonableness: Reasonableness will be established by the existence of adequate price competition and by comparing all, or a representative sample of the proposed prices to representative market pricing and/or pricing from other contracts' similar work. The following documents are included with the solicitation. Attachments: Attachment 1 - Statement of Work Attachment 2 - Past Performance Questionnaire Attachment 3 - Pricing Template Attachment 2 Past Performance Questionnaire must be completed and returned with the offeror's proposal. Proposals are to be submitted in two (2) volumes: Volume 1 - Technical response (limited to 15 pages) and past performance Volume 2 - Pricing All responsible sources may submit a quotation which shall be considered by the Export-Import Bank. To be eligible for award an Offeror must be registered in the System for Award Management (SAM) database. SAM.GOV REGISTRATION IS FREE! There is NO FEE to register or maintain your SAM.gov registration. Offerors may register at http://www.sam.gov. To register, an Offeror must have a Data Universal Numbering System (DUNS) number assigned by Dun and Bradstreet, Inc. An Offeror may obtain a DUNS number at http://fedgov.dnb.com or by calling 1-866-705-5711. Processing time normally takes 48 hours. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. To be responsive to this RFQ, an Offeror must include a copy of the completed provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Representations and Certifications will not be counted against the page count for the technical response. All responsible sources are invited to submit a proposal or quotation. Responses are due on or before 12:00 PM EST, Wednesday April 26, 2017. Questions may be submitted via email to MS. LORITA JACKSON AT lorita.jackson@exim.gov with a CC: to MS. JOSEPHINE CHUTTA AT Josephine.chutta@exim.gov until 10:00 AM EST Friday April 21, 2017. PLEASE DIRECT INQUIRIES/INFORMATION CONCERNING THIS INTENT TO PROCURE SERVICES TO MS. LORITA JACKSON AT lorita.jackson@exim.gov WITH A CC: TO MS. JOSEPHINE CHUTTA AT Josephine.chutta@exim.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM17Q0044/listing.html)
- Place of Performance
- Address: Export Import Bank of the United States, 811 Vermont Ave NW, Washington, District of Columbia, 20571, United States
- Zip Code: 20571
- Zip Code: 20571
- Record
- SN04476004-W 20170420/170418234748-3652980a67204e538f0090e655952e39 (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 |