|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935DEPARTMENT OF THE TREASURY, Internal Revenue Service, (M:P), 6009 Oxon
Hill Road, Suite 700, Oxon Hill, MD 20745 R -- ON-LINE AUTOMATED VALUATION SERVICES OF STOCKS/BONDS FOR
ESTATE/GIFT RETURNS SOL TIRNO97Q00262 DUE 092597 POC Purchasing Agent,
Helen Carmona, 202-283-1514 (FAX #) In accordance with FAR Part 12,
via this NOTICE, the IRS is soliciting offers to provide on-line
automated valuation services of stocks & bonds. The product shall be
delivered electronically to no fewer than 4 & not more than the 10
Service Centers located within the US: NORTHEAST REGION: MA (Andover
Service Center); NY (Brookhaven Service Center); OH (Cincinnati Service
Center); & PA (Philadelphia Service Center). SOUTHEAST REGION: GA
(Atlanta Service Center) & TN (Memphis Service Center) MIDSTATES
REGION: MO (Kansas City Service Center) & TX (Austin Service Center)
WESTERN REGION: CA (Fresno Service Center) & UT (Ogden Service Center).
This will be a FIXED-PRICE, INDEFINITE DELIVERY/INDEFINITE QUANTITY
contract for a 12 month base period, with 4 one-year option periods.
The SIC is 7375 and the small business size standard is $18,000,000.
Offers are due 2:00 PM, EST, on 09/29/97, in Rm 700 at the address
shown above. Submit questions in writing, via fax, to the number &
attention of the Purchasing Agent shown above. FAR clauses 52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (05/97); 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS-COMMERCIAL ITEMS (08/96) are applicable to this
effort. 52.212-3 OFFEROR REPRESENTATIONS & CERTIFICATIONS COMMERCIAL
ITEMS (01/97) must be submitted with any offer. Requests for these can
be made via the INTERNET to contract.specialist@ccmail.irs.gov or to
the FAX number listed above. The clauses will be provided in the same
manner the request was made (via FAX or INTERNET). Clauses transmitted
via the INTERNET will be in WordPerfect 6.0. AUTOMATED VALUATION
SERVICE: During the examination of an Estate Tax Return, Form 706, it
may be necessary to substantiate the returned value of stocks & bonds,
dividends, & any changes in capital structure. Values of regularly &
irregularly traded stocks & bonds have historically been confirmed by
researching the closing prices & values contained in financial
periodicals, such as the Wall Street Journal. This function has
generally been performed by a clerk at a District Office. Clerks who
value the stocks and bonds, typically look up a CUSIP number for the
security to be valued in a CUSIP Directory Book . The CUSIP number &
other specified data are transmitted to the vendor via a modem from a
personal computer (PC). After a specified period of time the vendor
transmits a report back to the source of origin containing the
applicable valuation data. The IRS requires the services of a single
Contractor to provide these valuation services on a nation-wide basis.
The Contractor shall provide an electronic source of CUSIP numbers and
valuations of stocks and bonds that would be more cost efficient and
beneficial to the IRS and provide a more uniform product. The request
for valuation of any issue will be made by use of the CUSIP numbering
system. All corrections to the input should be able to be made to
individual issues prior to entering the request for valuation for the
particular account. After receipt of the report, the Clerk/operator
should be able to edit the report with any changes to an individual
issue without re-submitting the request for the entire account. The
database shall be capable of reporting the valuation of municipal bonds
when the issue and number of shares is entered into the PC. The
database shall be able to produce a report with at least the following
12 data elements/items for each security valuation request: CUSIP
Numbers; Securities Descriptions; High/Low or Bid/Asked Prices; Price
Sources; Mean Values; Number of Shares/Par Value; Extensions; Accrued
Dividends/Interest; Status Information; Per Return Amounts; Differences
from Return Amounts; & Totals. The deliverable product shall be a
report containing all the elements noted above. The completed
valuations shall be available within 24 hours of the initial request.
The report information shall be downloadable to an IBM-compatible PC
located at specified sites listed below. The data shall be capable of
being stored on the PC hard drive to be printed when needed. The report
data shall be presented in color on the PC monitor. The database shall
contain security information from 1980 to the present & shall consist
of data from at least these sources: Listed stocks on the New York &
American Stock Exchanges; Unlisted securities -- NASDAQ System (over
the counter); Listed Corporate bonds -- NYSE and AMEX; Unlisted
Corporate bonds -- NYSE and AMEX; U.S. Regional Stock Exchange; U.S.
Treasury Issues; U.S. Federal Agency Bonds (FLB, FHL, FNMA, GNMA, GNMA
Pass-Through); Foreign Stock Exchanges; Mutual Funds; Municipal Bonds
& Bond Funds; Option Markets (CBOE); Ex-Dividends & Accrued Interest
Computations; & Capital Changes. In addition to deliverable products
noted above, provide the following to maintain the automated system:
Toll-Free telephone number for trouble-solving/assistance; User
friendly software; Initial on-site training & up-date/maintenance
refresher training; Unique & discrete numbering system of return
information to protect taxpayer identity; Ease of editing reports;
On-line instantaneous correction; & Tracking of Municipal Bond
blocking. 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 1995)
(a) Standard industrial classification (SIC) code & small business size
standard. The SIC code & small business size standard for this
acquisition appear in Block 10 of the solicitation cover sheet (SF
1449). However, the small business size standard for a concern which
submits an offer in its own name, but which proposes to furnish an item
which it did not itself manufacture, is 500 employees. (b) Submission
of offers. Submit signed & dated offers to the office specified in this
solicitation at or before the exact time specified in this
solicitation. Offers may be submitted on the SF 1449, letterhead
stationery, or as otherwise specified in the solicitation. As a
minimum, offers must show- (1) The solicitation number; (2) The time
specified in the solicitation for receipt of offers; (3) The name,
address, & telephone number of the offero r; (4) A technical
description of the items being offered in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include
product literature, or other documents, if necessary; (5) Terms of any
express warranty; (6) Price & any discount terms; (7) "Remit to"
address, if different than mailing address; (8) A completed copy of the
representations and certifications at FAR 52.212-3; (9) Acknowledgment
of Solicitation Amendments; (10) Past performance information, when
included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including
contract numbers, points of contact with telephone numbers and other
relevant information); & (11) If the offer is not submitted on the SF
1449, include a statement specifying the extent of agreement with all
terms, conditions, and provisions included in the solicitation. Offers
that fail to furnish required representations or information, or
reject the terms and conditions of the solicitation may be excluded
from consideration. (c) Period for acceptance of offers. The offeror
agrees to hold the prices in its offer firm for 30 calendar days from
the date specified for receipt of offers, unless another time period is
specified in an addendum to the solicitation. (d) Product samples. When
required by the solicitation, product samples shall be submitted at or
prior to the time specified for receipt of offers. Unless otherwise
specified in this solicitation, these samples shall be submitted at no
expense to the Government, and returned at the sender's request and
expense, unless they are destroyed during preaward testing. (e)
Multiple offers. Offerors are encouraged to submit multiple offers
presenting alternative terms and conditions or commercial items for
satisfying the requirements of this solicitation. Each offer submitted
will be evaluated separately.(f) Late offers. Offers or modifications
of offers received at the address specified for the receipt of offers
after the exact time specified for receipt of offers will not be
considered. (g) Contract award (not applicable to Invitation for Bids).
The Government intends to evaluate offers and award a contract without
discussions with offerors. Therefore, the offeror's initial offer
should contain the offeror's best terms from a price and technical
standpoint. However, the Government reserves the right to conduct
discussions if later determined by the Contracting Officer to be
necessary. The Government may reject any or all offers if such action
is in the public interest; accept other than the lowest offer; and
waive informalities and minor irregularities in offers received. (h)
Multiple awards. The Government may accept any item or group of items
of an offer, unless the offeror qualifies the offer by specific
limitations. Unless otherwise provided in the Schedule, offers may not
be submitted for quantities less than those specified. The Government
reserves the right to make an award on any item for a quantity less
than the quantity offered, at the unit prices offered, unless the
offeror specifies otherwise in the offer. (i) Availability of
requirements documents cited in the solicitation. (1) The Index of
Federal Specifications, Standards and Commercial Item Descriptions and
the documents listed in it may be obtained from the General Services
Administration, Federal Supply Service Bureau, Specifications Section,
Suite 8100, 470 L'Enfant Plaza, SW., Washington, DC 20407 ((202)
755-0325/0326). (2) The DOD Index of Specifications and Standards
(DODISS) and documents listed in it may be obtained from the
Standardization Documents Desk, Building 4D, 700 Robbins Avenue,
Philadelphia, PA 19111-5094 (telephone (215) 697-2569). (i) Automatic
distribution may be obtained on a subscription basis. (ii) Individual
documents may be ordered from the Telespecs ordering system by
touch-tone telephone. A customer number is required to use this service
and can be obtained from the Standardization Documents Order Desk or
the Special Assistance Desk (telephone (610)607-2667/2179). (3)
Nongovernment (voluntary) standards must be obtained from the
organization responsible for their preparation, publication or
maintenance. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 1995) (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: 1.
Descriptive Literature of proposed product/services; and 2. Past
Performance/List of References : Five (5) contracts within the last
three (3) years (Government and Non-Government clients). Technical and
past performance, when combined, are approximately equal to cost or
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 an offer), whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award.
Numbered Note 1 applies for this requirement. (0261) Loren Data Corp. http://www.ld.com (SYN# 0058 19970922\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|