SOLICITATION NOTICE
R -- Public Data Search - 310 VA Insurance Center Philadelphia VA Regional Office
- Notice Date
- 12/3/2021 1:57:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E22Q0024
- Response Due
- 12/13/2021 1:00:00 PM
- Archive Date
- 03/22/2022
- Point of Contact
- Rebecca S. Quilhot, Contracting Officer, Phone: 563-424-5874, Fax: same
- E-Mail Address
-
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS SOLICITATION NOTICE 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E22Q0024 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2021-07. The combined synopsis/solicitation is being issued under full and open competition. The applicable NAICS Code for this solicitation is 519130 Internet Publishing and Broadcasting and Web Search Portals. Business Size limitation is 1,000 employees. The contractor shall provide Public Records Database Subscription Services for approximately 60 users WITH AN ALREADY ESTABLISH ONLINE DATABASE. CLIN 0001 Description: Provide Public Records Database Subscription Services in accordance with the attached Performance Work Statement for the VA Insurance Center, Philadelphia VA Regional Office of the Veterans Benefits Administration. Contract Period: Base POP Begin: TBD POP End: TBD PRINCIPAL NAICS CODE: 519130 Internet Publishing and Broadcasting and Web Search Portals PRODUCT/SERVICE CODE: R612 Support Administrative: Information Retrieval Qty: 12 Unit of Measure: MO Unit Price:$ __________________________ Total Price: $___________________ CLIN 1001 Description: Provide Public Records Database Subscription Services in accordance with the attached Performance Work Statement for the VA Insurance Center, Philadelphia VA Regional Office of the Veterans Benefits Administration. Contract Period: Option POP Begin: TBD POP End: TBD PRINCIPAL NAICS CODE: 519130 Internet Publishing and Broadcasting and Web Search Portals PRODUCT/SERVICE CODE: R612 Support Administrative: Information Retrieval Qty: 9 Unit of Measure: MO Unit Price:$ __________________________ Total Price: $___________________ Total Price _________________________ Description of Requirement The Philadelphia VA Insurance Center (VAIC) requires a public records database for its employees to efficiently and effectively search public records to acquire information for Veterans and Beneficiaries who are or may be entitled to VA Insurance benefit proceeds. The public record database shall be electronically designed to allow VAIC to easily access accurate public records which are updated automatically to ensure accuracy, provide features that allow VAIC to classify and share research effortlessly, and shall utilize a research engine where VAIC can search all company databases by entering simple descriptive terms or names. The government intends to award a single (all or none), firm fixed price contract. SEE PERFORMANCE WORK STATEMENT. Period of Performance: Base period TBD plus one option year. FOB Destination Point: VA Insurance Center is located at 5000 Wissahickon Avenue, Philadelphia PA 19144 FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) (End of Addendum to 52.212-1) ix. Offers will be evaluated as follows: 1. Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Specifications, Experience and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience needed to successfully perform this requirement. 2. Price: Price will be evaluated to determine if it is fair and reasonable. 3. Specifications: The functional or performance characteristics that products must meet are specified within the Statement of Work. To be considered for award, offers must meet or exceed the functional or performance characteristic specified in this RFQ. 4. Experience: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the PWS. The quote shall contain information from a minimum of one contract where similar Public Records Database Subscription Services were successfully provided. Only quotes that demonstrate relevant experience with providing similar Database Subscription Legal Search Services will be eligible for award. Government and commercial sources will be accepted. 5. Past Performance: The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. 6. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated specifications, experience and past performance requirements based upon the stated considerations above. x. FAR 52.212 3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212 3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________ xi. FAR 52.212 4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.217 8 Option to Extend Services (NOV 1999) 52.217 9 Option to Extend the Term of the Contract (MAR 2000) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION) 52.232 39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232 40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252 2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252 6 Authorized Deviations in Clauses. VAAR 852.203 70 Commercial Advertising (JAN 2008) VAAR VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) xii. xii. 52.212 5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204 10 Reporting Executive Compensation & First Tier Subcontract Awards (JUN 2020) (8) 52.209 6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (27) 52.222 3 Convict Labor (June 2003) (29) 52.222 21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222 26 Equal Opportunity (SEP 2016) (32) 52.222 36 Equal Opportunity for Workers with Disabilities (JUN 2020) (35) 52.222 50 Combating Trafficking in Persons (OCT 2020) (44) 52.223 18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (51) 52.225 13 Restrictions on Certain Foreign Purchases (FEB 2021) (58) 52.232 33 Payment by Electronic Funds Transfer Other Than System for Award Management (OCT 2018) Paragraph c applicable clauses: (1) 52.222 41 Service Contract Labor Standards (AUG 2018) (2) 52.222 42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class: 14170 System Support Specialist; Monetary Wage Fringe Benefits: GS 8. Wage Determination 2015-4233 (Rev.20), dated 10/20/2021, is hereby incorporated by reference and made part of this solicitation. This wage determination is for services performed at the Chicago, IL. location. The applicable wage determination can be found at SAM.gov (3) 52.222 43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (7) 52.222 55 Minimum Wages Under Executive Order 13658 (NOV 2020) (8) 52.222 62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) xiii. N/A xiv. N/A Quotes: Quotes are due no later than December 13, 2021 by 9:00 AM Central Standard Time. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: 1) Completed above solicitation s section v, CLINS 0001 1001 with unit, extended and total price. 2) A written statement limited to two pages or less demonstrating the offeror has the required Experience. 3) A detailed description of the proposed product the meets or exceeds the stated specifications, limited to one page or less. 4) One completed Past Performance Questionnaire SAM Registration: Quoters must be registered in the Systems for Award Management (SAM) and have an active registration at the time quotes are submitted. No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at https://beta.sam.gov/content/opportunities. On-line Representations and Certifications (ORCA) may also be filled out at this website. Department of Veterans Affairs PERFORMANCE WORK STATEMENT (PWS) Public Records Database Subscription Services 1. BACKGROUND The Philadelphia VA Insurance Center (VAIC) requires a public records database for its employees to efficiently and effectively search public records to acquire information for Veterans and Beneficiaries who are or may be entitled to VA Insurance benefit proceeds. The public record database shall be electronically designed to allow VAIC to easily access accurate public records which are updated automatically to ensure accuracy, provide features that allow VAIC to classify and share research effortlessly, and shall utilize a research engine where VAIC can search all company databases by entering simple descriptive terms or names. The government intends to award a single (all or none), firm fixed price contract. 2. SCOPE OF WORK The contractor shall furnish all labor, equipment and supplies required to provide Public Records Database Subscription Services for 60 users. 3. PLACE OF PERFORMANCE VAIC is located at 5000 Wissahickon Avenue Philadelphia PA 19144. 4. PERIOD of PERFORMANCE Base Year: TBD with a nine (9) month option year. 5. APPLICABLE DOCUMENTS 5.1 VA Handbook 6500.6. 5.2 Section 508: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105 220), August 7, 1998. 6. REQUIREMENTS At a minimum, Contractor s Public Records Database Subscription Services shall provide the VAIC with the following features for 60 users with an already established online database/system: 6.1 Searchable Public Record Database 6.2 Public records should be searchable by 6.2.1 Name 6.2.2 Social Security Number 6.2.3 Business Information 6.2.4 Phone Number 6.2.5 Location 6.3 Public record should include 6.3.1 Court Records 6.3.2 Marriage Records 6.3.3 Death Records 6.3.4 County, Local Municipality Records 6.3.5 State Records 6.3.6 Property Filings 6.3.7 Legal Briefs 7. DELIVERABLES Within 3 days of award date, the contractor shall provide 60 user names and passwords for VA Insurance staff to access the Legal Research Database. 8. GOVERNMENT FURNISHED PROPERTY The Government does not anticipate the need for Government Furnished Property. 9. SECURITY 9.1 All Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA personnel, including the Privacy Act, 5 U.S.C. §552a, regarding information and information system security. The C&A requirements do not apply and a Security Accreditation Package is not required. 9.2 See attached VA Handbook 6500.6, Contract Security Appendix C. 10. INVOICE AND PAYMENT Invoice shall be submitted monthly, in arrears, and shall include at a minimum: Date of invoice, Contract Number, Obligation Number, Vendor Name, Invoice Number and the time frame that the services were provided. 11. NON PERSONAL These services are non personal. Contractor personnel are not subject to the supervision and control of a Government officer or employee in accordance with (IAW) Federal Acquisition Regulation (FAR) 37.104(a) (1) (ii). Rather, contractor personnel perform their duties IAW specific tasks outlined in the SOW. Supervisory functions such as hiring, directing, counseling, and firing of contractor personnel are not performed by the Government. The contractor personnel who furnish services under this contract are subject to Government technical oversight of the services provided. The Government retains the right to reject services and or fees for contractual nonperformance. 12. CONFIDENTIALITY AND NONDISCLOSURE 12.1 Confidentiality: The contractor shall not release and shall hold in strict confidence any information he/she may gain knowledge of during his/her performance of these services IAW FAR 52.239 1, and Privacy or Security Safeguards. 12.2 The Contractor(s) shall not retain any information or personal identifiers that are subject to the Privacy Act. 12.3 The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 12.4 The Contracting Officer (CO) will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 12.5 Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 13. GOVERNMENT POINT OF CONTACT/CONTRACTING OFFICER REPRESENTATIVE (COR): To be announced. 14. CHANGES TO THE PERFORMANCE WORK STATEMENT (PWS): Any changes to this PWS shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. The services specified in this contract may be changed by written modification to this contract. The VA Contracting Officer will prepare the modification.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/db984bf67aeb461484e8e6fe7135a78f/view)
- Place of Performance
- Address: Philadelphia VA Regional Office VA Insurance Center 5000 Wissahickon Avenue, Philadelphia 19144, USA
- Zip Code: 19144
- Country: USA
- Zip Code: 19144
- Record
- SN06190701-F 20211205/211203230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |