MODIFICATION
D -- Automated Data Validation System for FPDS-NG
- Notice Date
- 9/6/2017
- Notice Type
- Modification/Amendment
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
- ZIP Code
- 20549
- Solicitation Number
- SECHQ117Q0121
- Archive Date
- 9/29/2017
- Point of Contact
- Kathleen J. Ferte, Phone: 2025516946, Anke C. Taylor,
- E-Mail Address
-
fertek@sec.gov, taylorank@sec.gov
(fertek@sec.gov, taylorank@sec.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0002: The purpose of this amendment is to post the Statement of Work (Attachment 1) and Pricing Table (Attachment 2) herein. Pricing CLIN 0001, Automated Data Validation System, Base Period (10/1/2017 - 9/30/2019): Price $_____ CLIN 0002, Automated Data Validation System, Option Period 1 (10/1/2019 - 9/30/2020): Price $_____ CLIN 0003, Automated Data Validation System, Base Period (10/1/2020 - 9/30/2021): Price $_____ CLIN 0004, Automated Data Validation System, Base Period (10/1/2021 - 9/30/2022): Price $_____ Total Price: $_____ Statement of Work C.1 Background As required by Federal Acquisition Regulation (FAR) 4.6, the U.S. Securities and Exchange Commission (SEC) reports all procurement actions that are valued above the micro-purchase threshold to the Federal Procurement Data System - Next Generation (FPDS-NG). FPDS-NG is an automated system used to collect and report on federal procurement spending and serves as the U.S. Government's single authoritative repository for federal procurement award data for all contracts valued over the micro-purchase threshold. FPDS-NG provides the following benefits: •Transparency and visibility into government contracting •Contracting information across the federal spectrum in real time, down to the contract action •Powerful business decision-making tool for the contracting community •Ability to analyze data so as to identify contract management and market trends •Serves as a foundation for standardizing contracting processes •Reinforces procurement-related policy changes by means of standardized data fields that are utilized across the federal enterprise •Reduces system redundancies and costs •Fulfillment of near-real time data requests by means of the self-service data retrieval capability •Data is available within 24 hours of award and can be viewed by congress, press, state government officials, IG & auditors, FOIA offices, GAO, etc. The data that is available in FPDS-NG can be reviewed by the public via the outward facing Web site located at https://www.fpds.gov/fpdsng_cms/index.php/en/. C.2 Scope of Work As the U.S. Government's official repository for acquisition-related data, it is imperative that the data contained in FPDS-NG is valid and accurate. The purpose of this requirement is to procure a Commercial Off-The-Shelf (COTS) automated data validation system/solution that can identify suspected or known FPDS-NG errors so as to ensure that the entered FPDS-NG data is valid and accurate. The system shall also be used to automate the annual FPDS-NG Verification and Validation Review, to the extent possible, and generate Exhibit II required by OMB's May 31, 2011 memorandum titled Improving Federal Procurement Data Quality - Guidance for Annual Verification and Validation. The Contractor shall also provide training to users and administrators, reporting, Help Desk services, system and user documentation, and system maintenance. C.3 Requirements C.3.1 Kickoff Meeting. Within five (5) business days of award, the Contractor shall meet with the assigned CO, COR, and other departmental employees that will be involved with the implementation of the proposed and accepted COTS solution. The purpose of this meeting is to ensure that all parties involved have a common understanding of the solution and decide on any of the associated attributes that can be tailored or configured. (Deliverable 1) C.3.2 Automated Data Validation System. The Contractor shall provide a COTS solution that detects and reports known or suspected data errors or anomalies for all possible data fields within FPDS-NG. The solution shall be completed without interface to the SEC's procurement writing system, PRISM. Within two business days of a FPDS-NG contract action report (CAR) being finalized in FPDS, the solution shall provide automated data alerts outlining the known or suspected data errors or anomalies to the individual who prepared the FPDS-NG CAR, which tends to be a contract specialist (CS), as well as the individual who last modified the FPDS-NG CAR, which is typically the assigned contracting officer (CO). The automated feedback alerts shall be intuitive and clearly identify the CAR number, the known or suspected data error or anomaly, and supporting rationale that provides insight into the reason(s) that the data is or appears to be in error. In order to reduce the likelihood of future errors, it is imperative that the supporting alerts provide clear and concise rationale, and include the details that are necessary to understand why the known or suspected error was detected. For those identified data anomalies that are confirmed as being a "false-positive" error, the solution shall allow the SEC user to tag the error accordingly and ensure that the error is not registered again for that specific FPDS-NG CAR. Specific metrics include: 1.Automate the monitoring of FPDS-NG data quality checks for potential errors for all possible data fields; 2.Provide automated feedback via email to the FPDS-NG data submitter in a timely fashion (within two business days of FPDS-NG CAR approval); 3.Promote supervisory oversight in a time sensitive manner through automated notifications and a dashboard; 4.Provide a means by which the SEC's FPDS users can comment on or explain ostensible data quality problems; 5.Provide a means by which the SEC Office of Acquisitions can introduce new data quality checks; and 6.Track data quality metrics/improvement over time. C.3.3 System Operation. The Contractor shall operate the system and ensure that all data error checks are maintained in accordance with any changes to FPDS-NG, to include data check creation, enhancement, or deletion. C.3.4 Automated FPDS-NG Verification and Validation Review. The Contractor shall provide a list of actions for the SEC to complete the annual FPDS-NG Verification and Validation Review, in accordance with OMB guidelines outlined in OMB's May 31, 2011 memorandum titled Improving Federal Procurement Data Quality - Guidance for Annual Verification and Validation. (Deliverable 2) The system shall allow for customization of the action list (e.g. exclude closeout actions). The system shall provide links to all CARs in the sample, and include an automated form to capture review results and generate Exhibit II, in accordance with the OMB memorandum. (Deliverable 3) The system shall allow for the assignment of review actions to individual users, and include a dashboard to track the amount and percentage of reviews completed as well as the data accuracy by field. The system shall allow for corrections to be made following initial completion of a review form. C.3.5 Helpdesk Support Services. The Contractor shall provide helpdesk support services to the SEC's identified administrators/technical points of contact. The helpdesk support services shall cover all issues, regardless of assigned severity level, and be available from 8:30 am to 4:30pm EST, Monday through Friday, except Federal Holidays. All helpdesk tickets shall be resolved within two (2) business days. C.3.6 Reporting. The proposed and accepted solutions above shall include reporting capabilities that allow for the Office of Acquisitions leadership and Partnerships for Acquisition Excellence (PACE) branch to view and easily understand the number of known or suspected errors and strategic sourcing initiatives that occurred during a given time period. The reporting capabilities shall be flexible enough to provide a high-level, dashboard view that can be drilled down for more granular detail surrounding each of the known or suspected errors, one-bids, or strategic sourcing analysis, as well as the disposition of each requirement. C.3.7 Training. The Contractor shall deliver a final version of the training material(s) and user manual(s) that is comprehensive and details how the system operates and the actions that are required by a recipient of a known or suspect data error alert, as well as the materials that are required of the administrators/technical points of contact. (Deliverable 4) The Contractor shall also provide quick and easy desk reference guides that synopsize the steps or actions required of a recipient and administrator/technical points of contact. (Deliverable 5) The SEC reserves the right to copy and distribute the training materials and quick reference guides for use within the SEC. The Contractor shall provide two (2) training sessions for the SEC's Contracting Officers and Contract Specialists (Deliverable 6) and two training sessions for the administrators/technical points of contact (Deliverable 7). The training schedule will be determined at the kickoff meeting. C.4 System Requirements 1. COTS 2. The system must be externally hosted. 3.Email notifications must be compatible with Microsoft Outlook. 4.The dashboard and reporting capabilities must be available by means of a web portal that complies with Google Chrome or Microsoft Internet Explorer. 5.The system must have a unique log-in for all users. The SEC anticipates approximately 60 users requiring system access. D. Deliverables D.1 Initial Project Meeting (C.3.1), due 5 days after award date to COR. D.2 List of Sample Actions for Annual FPDS-NG Verification and Validation Review (C.3.4), due as agreed upon to COR D.3 Proof of Concept for Automated FPDS-NG (C.3.4), due as agreed upon to COR and PM D.4 Final User Guide and Training Packages (C.3.7), due as agreed upon to COR and PM D.5 Desk Reference Guides (C.3.7), due as agreed upon to COR and PM D.6 Two (2) Training Sessions to Contracting Officers and Contract Specialists (C.3.7), due as agreed upon to COR and PM D.7 Two (2) Training Sessions to Administrators and Technical Points of Contact (C.3.7), due as agreed upon to COR All other terms and conditions remain the same and unchanged. Amendment 0001 : The purpose of this amendment is to add the requirement for a technical quote submission and to extend the question and offer due dates: 1. Offerors shall submit a technical quote demonstrating their commerical Off-The-Shelf solution can meet or exceed the requirements of the SOW. 2. The question due date is extended to 10:00AM ET, September 8, 2017, and the offer due date is extended to 12:00PM, September 14, 2017. All other terms and conditions remain the same and unchanged. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ) number SECHQ117Q0121 and shall be referenced on any offer submitted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 95 (1/19/2017). Provisions and clauses incorporated by reference have the same force and effect as if they were given full text. The associated North American Industrial Classification System (NAICS) code for this procurement is 511199, with a small business size standard of 500 employees. The U.S. Securities and Exchange Commission (SEC) intends to award a firm fixed price contract in accordance with FAR Subpart 13.5 in conjunction with FAR Part 12, Acquisition of Commercial Items. Description of requirements: Commercial Off-The-Shelf Automated Data Validation System, in accordance with the Statement of Work (Attachment 1). The system shall identify suspected or known Federal Procurement Data System-Next Generation (FPDS-NG) errors, automate the annual FPDS-NG Verification and Validation Review, and generate the Exhibit II required by the Office of Management and Budget. Period of Performance: (Estimated) October 1, 2017 through September 30, 2019 (24 months) plus three (3) one (1) year option periods. Place of Delivery: Contractor's Location, except for any meetings or training sessions that may occur at U.S. Securities and Exchange Commission, Office of Acquisitions, 100 F Street, NE, Washington, DC, 20549 All interested companies shall provide a quote for the following: CLIN 0001: Automated Data Validation System (Base Period) CLIN 0002: Automated Data Validation System/Maintenance (Option Period 1) CLIN 0003: Automated Data Validation System/Maintenance (Option Period 2) CLIN 0004: Automated Data Validation System/Maintenance (Option Period 3) The following addenda to FAR provision 52.212-1, Instructions to Offerors - Commercial (Jan 2017) applies to this acquisition: 1. Offerors shall follow the guidelines below in preparing its response. All documents shall be submitted electronically in MS Word/Excel or compatible format using Times New Roman Font, Font Size 11, with 0.50 inch page margins. 2. Offerors shall submit a technical quote demonstrating that their commerical Off-The-Shelf solution can meet or exceed the requirements of the SOW. 3. Offerors shall submit a complete Attachment 2 - Pricing. 4. Offerors shall submit offers electronically to fertek@sec.gov AND taylorank@sec.gov no later than 12PM ET, September 14, 2017. All questions shall be submitted to fertek@sec.gov AND taylorank@sec.gov no later than 10AM ET, September 8, 2017. Oral questions (telephone) will not be addressed or entertained. 5. Your offer must be based on the terms of this RFQ. Any exceptions, deviations, or conditional assumptions to the requirements of this solicitation must be clearly stated and explained within the first two pages of both the technical and price quote. Exceptions, deviations, and conditional assumptions may render your company's offer non-compliant and in-eligible for award. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to have an active SAM registration at time of quote submission and are required to maintain an active registration during the life of the contract. SAM can be accessed at: https://www.sam.gov The following addenda to FAR provision 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable. (i) Technical Factors: • Technical Capabilities o Address your proposed approach to meeting or exceeding the minimum capability requirements of the Statement of Work • Past Performance (ii) Price (iii) Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of any offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Procedures: The Government will evaluate the degree to which the Quoter effectively demonstrates a thorough knowledge, understanding, and technical ability to successfully perform the requirements of the SOW. Systems will be evaluated on the thoroughness of data checks provided, and the timeliness in which the data checks are provided. Systems providing data checks on draft FPDS CARs will be evaluated more favorably than those reviewing CARs once released. Systems will also be evaluated on the extent of automation for the annual FPDS-NG. Systems that will result in greater time savings compared to the SEC's current manual review process will be evaluated more favorably. The offeror shall include a completed copy of the provision FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Jan 2017) with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representatives and certifications at the Systems for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR clause 52.212-4, "Contract Terms and Conditions -Commercial Items" [Jan 2017) applies to this acquisition. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" [Jan 2017), paragraph (a) and the following clauses in paragraph (b): 52.203-6; 52.204-10, 52-209-6, 52.219-6, 52.219-8, 52.222-3, 52-222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33 The following additional terms and conditions are applicable to this acquisition: FAR Clauses Incorporated by Reference: • 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016) • 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) • 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.217-8. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at any time within the period of performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar Applicable SEC Instructions: 2002.00 Marking (Mar 2009) All information submitted to the Contracting Officer, the POC, or his/her designated contact shall clearly indicate the number of the contract for which the information is being submitted. 3001.01 Inspection and Acceptance by the Contracting Officer's Representative (COR) (Aug 2013) Inspection and Acceptance of supplies and/or services to be furnished under this contract will be performed by the Contracting Officer's Representative (COR) - TBD. Inspection and Acceptance will be performed at the U.S. Securities and Exchange Commission, 100 F Street, NE, Washington, DC 20549. 4001.00 Period of Performance w/Option Years (Mar 2009) The base period of performance under this contract shall be from 10/01/2017 through 09/30/2019. This contract has three (3) option years. At the end of the base period, if exercised, the first option will begin. If all options are exercised, the period of performance will not exceed a total of five years. If exercised, the period of performance for each successive option will begin the day after expiration of the previous period. Exercise of any option requires a contract modification signed by the SEC Contracting Officer. Estimated: The Period of Performance for Option Period 1 is 10/01/2019 - 09/30/2020. The Period of Performance for Option Period 2 is 10/01/2020 - 09/30/2021. The Period of Performance for Option Period 3 is 10/01/2021 - 09/30/2022. 4003.00 Place of Delivery- FOB Destination (June 2013) The deliverables to be furnished under this contract shall be delivered to the following address: U.S. Securities and Exchange Commission Office of Acquisitions 100 F Street NE Washington DC, 20549 5001.00 Contract Administration (Aug 2011) This contract/delivery order will be administered by the SEC's Office of Acquisitions. All inquiries should be directed to the following address: U.S. Securities and Exchange Commission Office of Acquisitions Attn: Kathleen Ferte Phone: 202-551-6946 Email: fertek@sec.gov 100 F Street, NE Washington, DC 20549 5003.00 Submission of Invoices (April 2012) The Securities and Exchange Commission accepts only electronic/e-mail invoices. Invoices shall be submitted on a submission of deliverable basis. Contractors should submit invoices in accordance with the SEC Prompt Payment Provision of the contract. Contractors are cautioned against submitting an invoice prior to goods and services being received/accepted. Invoices submitted prematurely may be rejected. Electronic/e-mail Invoice Instructions: Invoices must be in PDF Format and may not exceed 10MB Subject Line: Company name and the invoice number e-mail Message: Company logo or letterhead Company name and payment address Company point of contact (POC) for the invoice with phone and e-mail Invoice Number SEC Contract or Order number SEC COR For supplies: contract line item number, item description, quantity delivered, and unit and extended price, per Section B CLIN structure For services: contract line item number, item description, period of performance and associated costs, per Section B, contract line item, CLIN, structure Shipping and handling charges, if applicable Clearly mark duplicates of previous invoice submissions with "DUPLICATE" Clearly mark the final invoice with "FINAL INVOICE" Attach the invoice and any supporting documents in a secure tamper-proof or tamper-resistant format compatible with Adobe Acrobat. Electronic signatures are acceptable in scanned documents. Each page of a document must be clearly marked with information identifying it with the company, the contract, the invoice, and any other information required by the contract. E-mail invoices to the following address: 9-AMC-AMZ-SEC-Invoices@faa.gov 5003.02 Software License Maintenance and Subscription Service Invoicing (Mar 2009) It is customary commercial practice to pay for software licenses maintenance at the beginning of the contract period of performance, after submittal of a proper invoice. 5003.03 Option Period Invoicing (Mar 2009) Option periods may be paid only after (1) an option modification has been issued by the Contracting Officer; and (2) the Government's receipt of a proper invoice from the Contractor. An invoice received by the Government prior to issuance of an option modification will be rejected as an improper invoice. 5004.00 Appointment of Contracting Officer's Representative (COR) (Nov 2012) a. TBD, is hereby designated the Securities and Exchange Commission COR for administration and information relating to this contract. b. The Contracting Officer (CO) shall appoint, in writing, a Contracting Officer's Representative (COR) and, if possible, an Alternate COR for this award. The COR and Alternate COR shall have a current Federal Acquisition Certification for CORs (FAC-COR) at the appropriate certification level for the contract. A COR may serve on a contract requiring certification at or below his/her level, but not on one requiring a higher level. The CO shall provide the Contractor with a copy of the COR appointment letter(s). The COR may not re-delegate his or her authority; only the CO has this authority. c.The COR will manage the contract in coordination with the CO and within the terms of the contract and the boundaries of a COR's duties as outlined in the document "Instructions for CORs and Their Supervisors." The COR's responsibilities include reviewing invoices and charges by the Contractor and informing the CO of areas where exceptions are taken. If this is an award for services and contractor personnel are brought on-site to SEC facilities, the COR must adhere to SECR 10-24. d.Only the CO has the authority to change the terms and conditions of this contract. The COR may request a contract modification, but the CO will make the final determination. The COR may not agree to or issue a change to the contract terms and conditions. In the event the Contractor effects changes to the contract at the direction of any person other than the CO, the changes will be considered to have been made without any authority and no adjustments will be made to the contract. 5007.00 Payment Information (Feb 2012) Payment will be made to small business contractors within 15 days of receipt of a valid invoice. Unless otherwise stated, and the contractor is not a small business, payment will be made within the guidelines of the Prompt Payment Act and requires that payment is made within 30 days from receipt of a valid invoice. 6002.00 Type of Contract (Mar 2009) This is a firm-fixed price type contract. 6003.00 Representations and Certifications (Mar 2009) The Contractor's completed Representations, Certifications, and Other Statements of Offerors or Respondents is incorporated herein by reference. 6012.02* A.01 Electronic and Information Technology (Mar 2009) In accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), all EIT supplies or services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. 6012.04 Electronic and Information Technology Accessibility (Mar 2011) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194). If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses: The right to Termination of the contract, delivery or task order, purchase or line item without termination liabilities pursuant to the contract termination clauses; or In the case of custom Electronic and Information Technology (EIT) being developed for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm and the contractor shall reimburse the Government for any expenses incurred thereby. For every EIT product or service accepted under this contract by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first. In the event of a modification(s) to this contract/order, which adds new EIT products and services or revises the type of, or specifications for, products and services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor provide an update of information provided in the solicitation to identify EIT compliance. Under any maintenance agreement, Contractor agrees to maintain compliance with Section 508 of the Rehabilitation Act of 1973 for all EIT. In order to comply with 36 CFR 1194 Section 41, the Contractor shall submit all soft copies (e.g., user manuals, product documentation, etc.) in a format that will be readable using assistive technology, (e.g., screen reader). All imbedded charts, graphs, pictures, etc., must be accessible and understandable using a screen reader. 6012.05 Personally Identifiable Information (PII) (Jun 2013) A Contractor that designs, develops, or operates a system of records on individuals, or otherwise collects or has access to personally identifiable information (PII) in the performance of this contract shall, prior to taking such action, comply with the following requirements: (a) The Contractor shall have established policies and procedures in place to safeguard SEC PII. The policies and procedures shall provide the Contractor's processes for identifying, assessing and mitigating privacy risks associated with PII. The policies and procedures shall also cover training of employees on their roles and responsibilities for safeguarding SEC PII and incident management of suspected or confirmed loss of SEC PII in accordance with OMB's Recommendations for Identity Theft Related Data Breach Notification, September 20, 2006, and OMB Memorandum M-07-16, Safeguarding Against and Responding to the Breach of Personally Identifiable Information, May 22, 2007. (b) The Contractor shall also ensure that all processes, procedures and equipment associated with PII comply with all laws, regulations, and security mandates as defined by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-61 Revision 1 and are aligned with the incident categories and timelines referenced in Table J-1 of NIST SP 800-61, as well as U.S. government and SEC policies developed to safeguard the confidentially, integrity and availability of SEC data that may contain PII. In support of these requirements, the Contractor shall have: • policies, procedures, and mechanisms designed to restrict access to SEC data on Contractor, subcontractor, or SEC inter/intra agency partner systems exclusively to authorized personnel; • policies, procedures, and mechanisms that prevent transmission or disclosure of SEC data to an unauthorized party; • policies, procedures, and mechanisms that ensure SEC data on portable devices are encrypted using methods compliant with Federal Information Processing Standard 140-2; and • policies, procedures, and mechanisms that ensure SEC data transmitted across public networks (i.e., the Internet) by the Contractor, or its employees, agents or subcontractors, are protected using encryption compliant with Federal Information Processing Standard 140-2. (c) The Contractor shall provide quarterly assessments to the SEC demonstrating that the policies, procedures, and mechanisms required by (b) continue to be functional, that the Contractor is compliant with these requirements, and that these requirements are effective. (d) The Contractor shall provide a copy of its privacy policies to the Contracting Officer. The Contractor shall also provide a copy of the policies and procedures (or otherwise make such policies and procedures available) to all of its employees, agents, and subcontractors assigned to perform the requirements set forth in this contract. (e) The Contractor shall ensure that those individuals adhere to the Contractor's policies and procedures relating to PII and to SEC-prescribed policies and procedures for the safe handling of SEC PII, including privacy and security training requirements and privacy incident management. (f) The Contractor's employees, agents, and subcontractors shall immediately alert the SEC of any event, including the suspected or confirmed loss of SEC PII, that could potentially affect the privacy rights of individuals or which violates any federal law, regulation, mandate or requirement as defined in NIST 800-122 by contacting the SEC Information Systems Security point of contact and the SEC Incident Response Team at cops@sec.gov. The Contractor shall act in accordance with its policies and procedures in the event of any suspected loss of SEC PII and shall support the SEC's investigation and resolution of reported incidents as requested by the SEC. For purposes of this Clause, a "suspected loss of PII" shall be interpreted liberally to mean any situation in which the loss of PII or unapproved access to PII is deemed a reasonable possibility. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ) number SECHQ117Q0121 and shall be referenced on any offer submitted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 95 (1/19/2017). Provisions and clauses incorporated by reference have the same force and effect as if they were given full text. The associated North American Industrial Classification System (NAICS) code for this procurement is 511199, with a small business size standard of 500 employees. The U.S. Securities and Exchange Commission (SEC) intends to award a firm fixed price contract in accordance with FAR Subpart 13.5 in conjunction with FAR Part 12, Acquisition of Commercial Items. Description of requirements: Automated Data Validation System, in accordance with the Statement of Work (Attachment 1). The system shall identify suspected or known Federal Procurement Data System-Next Generation (FPDS-NG) errors, automate the annual FPDS-NG Verification and Validation Review, and generate the Exhibit II required by the Office of Management and Budget. Period of Performance: (Estimated) October 1, 2017 through September 30, 2019 (24 months) plus three (3) one (1) year option periods. Place of Delivery: Contractor's Location, except for any meetings or training sessions that may occur at U.S. Securities and Exchange Commission, Office of Acquisitions, 100 F Street, NE, Washington, DC, 20549 All interested companies shall provide a quote for the following: CLIN 0001: Automated Data Validation System (Base Period) CLIN 0002: Automated Data Validation System/Maintenance (Option Period 1) CLIN 0003: Automated Data Validation System/Maintenance (Option Period 2) CLIN 0004: Automated Data Validation System/Maintenance (Option Period 3) The following addenda to FAR provision 52.212-1, Instructions to Offerors - Commercial (Jan 2017) applies to this acquisition: 1. Offerors shall follow the guidelines below in preparing its response. All documents shall be submitted electronically in MS Word/Excel or compatible format using Times New Roman Font, Font Size 11, with 0.50 inch page margins. 2. Offerors shall submit a complete Attachment 2 - Pricing. 3. Offerors shall submit offers electronically to fertek@sec.gov AND taylorank@sec.gov no later than 12PM ET, September 11, 2017. All questions shall be submitted to fertek@sec.gov AND taylorank@sec.gov no later than 10AM ET, September 6, 2017. Oral questions (telephone) will not be addressed or entertained. 4. Your offer must be based on the terms of this RFQ. Any exceptions, deviations, or conditional assumptions to the requirements of this solicitation must be clearly stated and explained within the first two pages of both the technical and price quote. Exceptions, deviations, and conditional assumptions may render your company's offer non-compliant and in-eligible for award. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to have an active SAM registration at time of quote submission and are required to maintain an active registration during the life of the contract. SAM can be accessed at: https://www.sam.gov The following addenda to FAR provision 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable. (i) Technical Factors: • Technical Capabilities o Address your proposed approach to meeting or exceeding the minimum capability requirements of the Statement of Work • Past Performance (ii) Price (iii) Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of any offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Procedures: The Government will evaluate the degree to which the Quoter effectively demonstrates a thorough knowledge, understanding, and technical ability to successfully perform the requirements of the SOW. Systems will be evaluated on the thoroughness of data checks provided, and the timeliness in which the data checks are provided. Systems providing data checks on draft FPDS CARs will be evaluated more favorably than those reviewing CARs once released. Systems will also be evaluated on the extent of automation for the annual FPDS-NG. Systems that will result in greater time savings compared to the SEC's current manual review process will be evaluated more favorably. The offeror shall include a completed copy of the provision FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Jan 2017) with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representatives and certifications at the Systems for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR clause 52.212-4, "Contract Terms and Conditions -Commercial Items" [Jan 2017) applies to this acquisition. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" [Jan 2017), paragraph (a) and the following clauses in paragraph (b): 52.203-6; 52.204-10, 52-209-6, 52.219-6, 52.219-8, 52.222-3, 52-222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33 The following additional terms and conditions are applicable to this acquisition: FAR Clauses Incorporated by Reference: • 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016) • 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) • 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.217-8. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at any time within the period of performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar Applicable SEC Instructions: 2002.00 Marking (Mar 2009) All information submitted to the Contracting Officer, the POC, or his/her designated contact shall clearly indicate the number of the contract for which the information is being submitted. 3001.01 Inspection and Acceptance by the Contracting Officer's Representative (COR) (Aug 2013) Inspection and Acceptance of supplies and/or services to be furnished under this contract will be performed by the Contracting Officer's Representative (COR) - TBD. Inspection and Acceptance will be performed at the U.S. Securities and Exchange Commission, 100 F Street, NE, Washington, DC 20549. 4001.00 Period of Performance w/Option Years (Mar 2009) The base period of performance under this contract shall be from 10/01/2017 through 09/30/2019. This contract has three (3) option years. At the end of the base period, if exercised, the first option will begin. If all options are exercised, the period of performance will not exceed a total of five years. If exercised, the period of performance for each successive option will begin the day after expiration of the previous period. Exercise of any option requires a contract modification signed by the SEC Contracting Officer. Estimated: The Period of Performance for Option Period 1 is 10/01/2019 - 09/30/2020. The Period of Performance for Option Period 2 is 10/01/2020 - 09/30/2021. The Period of Performance for Option Period 3 is 10/01/2021 - 09/30/2022. 4003.00 Place of Delivery- FOB Destination (June 2013) The deliverables to be furnished under this contract shall be delivered to the following address: U.S. Securities and Exchange Commission Office of Acquisitions 100 F Street NE Washington DC, 20549 5001.00 Contract Administration (Aug 2011) This contract/delivery order will be administered by the SEC's Office of Acquisitions. All inquiries should be directed to the following address: U.S. Securities and Exchange Commission Office of Acquisitions Attn: Kathleen Ferte Phone: 202-551-6946 Email: fertek@sec.gov 100 F Street, NE Washington, DC 20549 5003.00 Submission of Invoices (April 2012) The Securities and Exchange Commission accepts only electronic/e-mail invoices. Invoices shall be submitted on a submission of deliverable basis. Contractors should submit invoices in accordance with the SEC Prompt Payment Provision of the contract. Contractors are cautioned against submitting an invoice prior to goods and services being received/accepted. Invoices submitted prematurely may be rejected. Electronic/e-mail Invoice Instructions: Invoices must be in PDF Format and may not exceed 10MB Subject Line: Company name and the invoice number e-mail Message: Company logo or letterhead Company name and payment address Company point of contact (POC) for the invoice with phone and e-mail Invoice Number SEC Contract or Order number SEC COR For supplies: contract line item number, item description, quantity delivered, and unit and extended price, per Section B CLIN structure For services: contract line item number, item description, period of performance and associated costs, per Section B, contract line item, CLIN, structure Shipping and handling charges, if applicable Clearly mark duplicates of previous invoice submissions with "DUPLICATE" Clearly mark the final invoice with "FINAL INVOICE" Attach the invoice and any supporting documents in a secure tamper-proof or tamper-resistant format compatible with Adobe Acrobat. Electronic signatures are acceptable in scanned documents. Each page of a document must be clearly marked with information identifying it with the company, the contract, the invoice, and any other information required by the contract. E-mail invoices to the following address: 9-AMC-AMZ-SEC-Invoices@faa.gov 5003.02 Software License Maintenance and Subscription Service Invoicing (Mar 2009) It is customary commercial practice to pay for software licenses maintenance at the beginning of the contract period of performance, after submittal of a proper invoice. 5003.03 Option Period Invoicing (Mar 2009) Option periods may be paid only after (1) an option modification has been issued by the Contracting Officer; and (2) the Government's receipt of a proper invoice from the Contractor. An invoice received by the Government prior to issuance of an option modification will be rejected as an improper invoice. 5004.00 Appointment of Contracting Officer's Representative (COR) (Nov 2012) a. TBD, is hereby designated the Securities and Exchange Commission COR for administration and information relating to this contract. b. The Contracting Officer (CO) shall appoint, in writing, a Contracting Officer's Representative (COR) and, if possible, an Alternate COR for this award. The COR and Alternate COR shall have a current Federal Acquisition Certification for CORs (FAC-COR) at the appropriate certification level for the contract. A COR may serve on a contract requiring certification at or below his/her level, but not on one requiring a higher level. The CO shall provide the Contractor with a copy of the COR appointment letter(s). The COR may not re-delegate his or her authority; only the CO has this authority. c.The COR will manage the contract in coordination with the CO and within the terms of the contract and the boundaries of a COR's duties as outlined in the document "Instructions for CORs and Their Supervisors." The COR's responsibilities include reviewing invoices and charges by the Contractor and informing the CO of areas where exceptions are taken. If this is an award for services and contractor personnel are brought on-site to SEC facilities, the COR must adhere to SECR 10-24. d.Only the CO has the authority to change the terms and conditions of this contract. The COR may request a contract modification, but the CO will make the final determination. The COR may not agree to or issue a change to the contract terms and conditions. In the event the Contractor effects changes to the contract at the direction of any person other than the CO, the changes will be considered to have been made without any authority and no adjustments will be made to the contract. 5007.00 Payment Information (Feb 2012) Payment will be made to small business contractors within 15 days of receipt of a valid invoice. Unless otherwise stated, and the contractor is not a small business, payment will be made within the guidelines of the Prompt Payment Act and requires that payment is made within 30 days from receipt of a valid invoice. 6002.00 Type of Contract (Mar 2009) This is a firm-fixed price type contract. 6003.00 Representations and Certifications (Mar 2009) The Contractor's completed Representations, Certifications, and Other Statements of Offerors or Respondents is incorporated herein by reference. 6012.02* A.01 Electronic and Information Technology (Mar 2009) In accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), all EIT supplies or services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. 6012.04 Electronic and Information Technology Accessibility (Mar 2011) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194). If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses: The right to Termination of the contract, delivery or task order, purchase or line item without termination liabilities pursuant to the contract termination clauses; or In the case of custom Electronic and Information Technology (EIT) being developed for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm and the contractor shall reimburse the Government for any expenses incurred thereby. For every EIT product or service accepted under this contract by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first. In the event of a modification(s) to this contract/order, which adds new EIT products and services or revises the type of, or specifications for, products and services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor provide an update of information provided in the solicitation to identify EIT compliance. Under any maintenance agreement, Contractor agrees to maintain compliance with Section 508 of the Rehabilitation Act of 1973 for all EIT. In order to comply with 36 CFR 1194 Section 41, the Contractor shall submit all soft copies (e.g., user manuals, product documentation, etc.) in a format that will be readable using assistive technology, (e.g., screen reader). All imbedded charts, graphs, pictures, etc., must be accessible and understandable using a screen reader. 6012.05 Personally Identifiable Information (PII) (Jun 2013) A Contractor that designs, develops, or operates a system of records on individuals, or otherwise collects or has access to personally identifiable information (PII) in the performance of this contract shall, prior to taking such action, comply with the following requirements: (a) The Contractor shall have established policies and procedures in place to safeguard SEC PII. The policies and procedures shall provide the Contractor's processes for identifying, assessing and mitigating privacy risks associated with PII. The policies and procedures shall also cover training of employees on their roles and responsibilities for safeguarding SEC PII and incident management of suspected or confirmed loss of SEC PII in accordance with OMB's Recommendations for Identity Theft Related Data Breach Notification, September 20, 2006, and OMB Memorandum M-07-16, Safeguarding Against and Responding to the Breach of Personally Identifiable Information, May 22, 2007. (b) The Contractor shall also ensure that all processes, procedures and equipment associated with PII comply with all laws, regulations, and security mandates as defined by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-61 Revision 1 and are aligned with the incident categories and timelines referenced in Table J-1 of NIST SP 800-61, as well as U.S. government and SEC policies developed to safeguard the confidentially, integrity and availability of SEC data that may contain PII. In support of these requirements, the Contractor shall have: • policies, procedures, and mechanisms designed to restrict access to SEC data on Contractor, subcontractor, or SEC inter/intra agency partner systems exclusively to authorized personnel; • policies, procedures, and mechanisms that prevent transmission or disclosure of SEC data to an unauthorized party; • policies, procedures, and mechanisms that ensure SEC data on portable devices are encrypted using methods compliant with Federal Information Processing Standard 140-2; and • policies, procedures, and mechanisms that ensure SEC data transmitted across public networks (i.e., the Internet) by the Contractor, or its employees, agents or subcontractors, are protected using encryption compliant with Federal Information Processing Standard 140-2. (c) The Contractor shall provide quarterly assessments to the SEC demonstrating that the policies, procedures, and mechanisms required by (b) continue to be functional, that the Contractor is compliant with these requirements, and that these requirements are effective. (d) The Contractor shall provide a copy of its privacy policies to the Contracting Officer. The Contractor shall also provide a copy of the policies and procedures (or otherwise make such policies and procedures available) to all of its employees, agents, and subcontractors assigned to perform the requirements set forth in this contract. (e) The Contractor shall ensure that those individuals adhere to the Contractor's policies and procedures relating to PII and to SEC-prescribed policies and procedures for the safe handling of SEC PII, including privacy and security training requirements and privacy incident management. (f) The Contractor's employees, agents, and subcontractors shall immediately alert the SEC of any event, including the suspected or confirmed loss of SEC PII, that could potentially affect the privacy rights of individuals or which violates any federal law, regulation, mandate or requirement as defined in NIST 800-122 by contacting the SEC Information Systems Security point of contact and the SEC Incident Response Team at cops@sec.gov. The Contractor shall act in accordance with its policies and procedures in the event of any suspected loss of SEC PII and shall support the SEC's investigation and resolution of reported incidents as requested by the SEC. For purposes of this Clause, a "suspected loss of PII" shall be interpreted liberally to mean any situation in which the loss of PII or unapproved access to PII is deemed a reasonable possibility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ117Q0121/listing.html)
- Record
- SN04664440-W 20170908/170906233233-02121d8dee7c164ccf949de414cbabb6 (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 |