SOLICITATION NOTICE
R -- New Vehicle Purchase Data - Package #1
- Notice Date
- 8/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Department of Labor, Bureau of Labor Statistics, Procurement and Property Management, 2 Massachusetts Avenue, NE, Room 1830, Washington, District of Columbia, 20212
- ZIP Code
- 20212
- Solicitation Number
- 1625DC-18-Q-00016
- Archive Date
- 9/4/2018
- Point of Contact
- Jason Liu, Phone: 2026916008
- E-Mail Address
-
liu.jason@bls.gov
(liu.jason@bls.gov)
- Small Business Set-Aside
- N/A
- Description
- Section J Attachments 1-3 Solicitation (Section J in separate attachment) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.5 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation, and quotes are being requested. 1625DC-18-Q-00016 is issued as a Request for Quote (RFQ). This RFQ, its incorporated provisions, and clauses are those in effect through the FAR and the Department of Labor Acquisition Regulation System (DOLAR). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 519190 - All Other Information Services, and the corresponding size standard is $27.5 million dollars. In this RFQ, the Bureau of Labor Statistics (BLS) is requesting quotes for new vehicle data. This RFQ contains six line items: CLIN 0001- Base line item a. New vehicle data from September 2018 - September 2019, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Data Dictionary, to be delivered 30 days from start of base period. d. Sample Survey Design Documentation, to be delivered 30 days from start of base period. e. Customer support to answer any detailed questions about the data by telephone or email. CLIN 1001- Option year 1 a. New vehicle data from September 2019 to September 2020, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Customer support to answer any detailed questions about the data by telephone or email. CLIN 2001- Option year 2: a. New vehicle data from September 2020 to September 2021, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Customer support to answer any detailed questions about the data by telephone or email. CLIN 3001- Option year 3: a. New vehicle data from September 2021 to September 2022, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Customer support to answer any detailed questions about the data by telephone or email. CLIN 4001- Option year 4: a. New vehicle data from September 2022 to September 2023, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Customer support to answer any detailed questions about the data by telephone or email. CLIN 5001 - Six month extension of contract performance per 52.217-8 Option to Extend Services. (NOV 1999) a. New vehicle data for up to six months, delivered in a two-step delivery procedure. b. Each month shall contain minimally 175,000 individual new vehicle actual transactions. Each vehicle transaction shall contain 40 variables. c. Customer support to answer any detailed questions about the data by telephone or email. Because FAR 52.217-8 option to extend services will be included in this requirement, the Government will evaluate six month's value to the final option year in conducting in addition to the price evaluation. The offeror does not need to provide anything for M.4 Evaluation of 6 month extension. All deliverables shall be addressed to BLS COR or another point of contact identified by the COR. Offerors are required to include a completed copy of the provision at 52.212-3, with their quotes unless they have already completed their annual representations and certification electronically in System for Award Management (SAM), or offerors may wish to amend their SAM information for this solicitation by completing 52.212-3. The following provisions/clauses also apply: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. See solicitation for a complete list of clauses/provisions. A list of applicable clauses/provisions applicable under 52.212-5 starts on page 14 of the attachment titled 1625DC-18-Q-00016. The Government may 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 Government may reject any or all responses if such action is in the public interest; accept an offer other than the lowest priced response; and waive informalities and minor irregularities in responses received. The Government reserves the right to make award without communications. Therefore, the offeror's initial responses should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct communications if the Contracting Officer later determines them in its best interests. This statement is not to be construed to mean that the Government is obligated to communicate with every quoter (note that FAR Part 15 procedures do not apply to this Simplified Acquisition, therefore formal discussions are not applicable). If the Government awards without communications, the offerors may be given the opportunity to clarify certain aspects of their response or to resolve minor clerical errors. The following factors shall be used to evaluate offers: · Factor I - Technical Capability · Factor II - Past Performance · Factor III - Price All factors are listed in descending order of importance, so Factor I is more important that Factor II and Factor II is more important that Factor III. When combined, non-price factors are significantly more important than price. See section L for complete instructions. Quotes must be submitted via email to liu.jason@bls.gov and deangelis.michael@bls.gov. To be considered for award, offerors must submit quotes to ensure they reach the aforementioned email addresses no later than August 20, 2018 at 3:00 PM Eastern Time (ET). Quotes received after the due date and time will not be considered for award. Questions are due no later than August 8, 2018 at 3:00 PM ET. See solicitation for complete instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/BLS/WashingtonDC/1625DC-18-Q-00016/listing.html)
- Record
- SN05020577-W 20180805/180803231112-0c882d5df37ea9392931abff66d6b2aa (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 |