Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2001 PSA #2929
SOLICITATIONS

D -- CENSUS TABLES 59&60 AUTOMATED DATA RETRIEVAL PRODUCT

Notice Date
August 31, 2001
Contracting Office
Department of Housing and Urban Development, Office of Procurement and Contracts (OPC), Program Support Division, NCS, 451 Seventh Street, SW Room 5256, Washington, DC, 20410
ZIP Code
20410
Solicitation Number
Q1QNCSP0014
Response Due
September 14, 2001
Point of Contact
Judy Harrison, Contract Specialist, Phone 202-708-1585, Fax 202-401-2032, Email Judy_S._Harrison@hud.gov -- Annette Hancock, Director, Program Support Div, Phone 202-708-1585 x7148, Fax 202-708-2032, Email ANNETTE_E._HANCOCK@hud.gov
Description
COMBINED SYNOPSIS/SOLICITATION CENSUS TABLES 59 & 60 AUTOMATED DATA RETRIEVAL PRODUCT Q1QNCSP0014 The Department of Housing and Urban Development (HUD) is issuing a combined synopsis/solicitation for Census Tables 59 & 60 Automated Data Retrieval Product. The synopsis/solicitation is 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; proposals are being requested and a written solicitation WILL NOT be issued. The solicitation number is Q1QNCSP0014. This solicitation is issued as a Request for Quotation (RFQ). HUD?s objective is to purchase 100 copies of a Data Access Tool containing all data from Census STF4 Tables 59 and 60. The vendor shall provide all services and products necessary to accomplish all project objectives. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24, effective June 25, 2001. The Statement of Work outlines the service to be performed. This is a Small Business Set-Aside. NAICS code is 541519 and small business size standard is $18 million. Applicable provisions and clauses may be downloaded from the HUD web site (Attachment #1). The contract resulting from this solicitation shall be Firm Fixed Price for a period of performance of from the date of the award through 60 days thereafter. HUD shall utilize best value when selecting awardees. Best value allows HUD to consider an award to an offeror who is other than the lowest priced or other than the highest technically rated. Each offerors? technical and business proposal will be rated against evaluation factors. Proposals are due no later than September 14, 2001 by 2:00 PM eastern standard time, at the Office of the Chief Procurement Officer, Research Services Branch, 451 7th Street, SW, Room 5256, Washington, DC 20410, Attention: Judy Harrison. Proposals will be accepted hand-delivered, or by mail. No facsimile submissions will be accepted. The contact persons are Judy Harrison, Contract Specialist, Code NCS-JH, e-mail address Judy_S._Harrison@hud.gov, 202-708-1585, ext. 2160; or Annette Hancock, Contracting Officer, Annette_E._Hancock@hud.gov, 202-708-1585, ext. 7148. =20 Background HUD field economists have used Census STF4 Tables 59 and 60 for the last 2 decades to enhance their market analyses. Traditionally, these tables were available to field economists through a mainframe interface. With the demise of mainframe services, and the advancement of PC technologies, EMAD has determined to make these data available through a COTS Data Access Tool (DAT). HUD is seeking proposals from qualified vendors to provide a DAT that shall allows non-technical HUD personnel to quickly and easily access, sort, organize and report STF4 tables 59 & 60 from the 1990 U.S. Census. The DAT shall be easy to use, run on Windows personal computers, produce reports and maps, allow exporting data to other programs, and produce reports that are screen reader readable in compliance with section 508 of the Rehabilitation Act(29 U.S.C. 794(d)). Objectives The final product shall be 100 copies of a Data Access Tool (DAT) containing all data from Census STF4 tables 59 and 60. It shall allow the user to search the database by levels of geography from the national level to the block level. It shall allow the user to report and map results and to extract data tables in multiple formats. The vendor shall provide all services and products necessary to accomplish all project objectives. The project shall be a single undertaking, fully finished and completed at the end of two months effort. There shall be no ongoing, repetitive or incremental work associated with this product. Additionally, the final product shall include the following characteristics: 1. Functionality of the Interface Software The DAT installation process shall be equivalent to those generally used in personal consumer Windows software. The DAT shall be operated using an intuitive interface such as menus, dialog boxes, list boxes, and other mechanisms that display the choices the End User may select from. 2. Search The DAT shall be able to select variables from different states at the same time. The DAT shall be able to save a Query so it can be recalled and run in the future. Individual demographics and individual fields of data shall be selectable using a logical, obvious and simple selection apparatus such as menus or dialog boxes. The DAT shall allow the user to individually select any Area down to the Block Group level, and shall provide the ability to extract data at any level including Block Group parts. To aid in the finding of geographies, there shall be an "Area Search", and to aid in the finding of demographics, there shall be a Demographic Search.=20 The "Original Data" provided to the vendor by HUD shall be processed in such a way that any field or level of geography can be accessed directly via the DAT. 3. View & Reports The DAT shall include a map component that shall display all whole geographies. Mapping need not include streets, but shall display boundaries of subject geographies. =20 The maps shall be in color, and shall be printable on inkjet and laser printers (gray scale when printed on monotone laser printer). The mapping component shall provide for the ability to "zoom" in and out, provide a legend, and some ability to adjust the colors to easily coordinate the output with other work products. The DAT shall provide a report function enabling the End User to designate one or more Areas, Places or other geographies, and display for those geographies all variables previously selected by the End User. The DAT shall also enable the End User to create multi-column reports that shall list the selected variables for each of the selected geographies within the selected Areas.=20 4. 508 Compliance The DAT shall produce reports that adhere to the requirements of section 508 of the Rehabilitation Act Amendments of 1998 (29 U.S.C. Sec 794(d)) meaning they shall produce reports that are screen reader readable. 5. Export The DAT shall provide for unlimited export of data in ASCII or dBase formats. The DAT shall allow for the export of mapping data in either ESRI? ArcView "SHP?" file format, or in MapInfo?s MID/MIF formats. There shall be no "royalty" costs and no limitations on the amount of data exported, or on what HUD may do with the data other than as outlined expressly in this document. 6. Help & Documentation The DAT shall offer "Help", the ability to press a key while operating the software, and view instructional material related to using the software or understanding the data. The vendor shall also develop a printed Manual, as traditionally associated with personal computer software, which describes how to use the DAT and associated data. The vendors help and documentation shall fully describe the content of the data in the DAT, as well as "how to" use the DAT itself. All documentation and "help", as well as any other documentation, shall be in English. Statement of Work The vendor shall perform all work necessary in order to comply with the stated objectives of this purchase order. The prospective vendor shall have experience working with US Census demographic data, and in providing an easy-to-use interface sufficiently intuitive that a non-technical user can operate the DAT. HUD will provide to the vendor the original data from the U.S. Census Bureau. This material shall be provided to the vendor within two weeks of date of award on multiple CD-ROM with supporting documentation.=20 HUD will also provide the vendor reference material available regarding the STF4 data from Census publication "1990 Census of Population and Housing, Summary Tape File 4 Technical Documentation" pages 1-1 through 2-7, 6-1 through 7-11, 1-13, and 161-162 (all materials relevant to tables 59 and 60 in the census documentation). This documentation will also be provided within two weeks of data of award. Steps 1. Process Original Data The vendor shall not simply "regurgitate" the Original data, but shall make a reasonable effort at verifying the accuracy of the original data, and flag any missing or obviously incorrect data. The vendor shall not be required to deliver data that is more accurate than the Original Data, but only to make a reasonable effort to identify any potentially incorrect or missing data, and correct or "flag" it if possible. =20 2. Produce Software application containing specified Census data The vendor shall deliver a data access tool that shall access a database of information that is the subject of this RFQ and meets all objectives listed above. The DAT shall operate under "Windows" on a Personal Computer. The entire DAT and data shall be used on the Personal Computer, and shall not require an Internet or network connection.=20 3. Packaging For speed and convenience, the entire database and DAT shall be delivered on a single piece of CD-ROM media or otherwise not require "swapping" different pieces of media to operate the DAT or access any data anywhere in the USA. A DVD media is not acceptable because many local HUD offices do not yet have devices that read DVD media. =20 4. Quality Control The vendor shall review and certify the Census data and thoroughly test and verify the DAT for functionality and effectiveness.=20 5. Media The vendor shall provide HUD with 100 copies of the finished DAT with data, each copy shall include all the material described above. Each copy shall be a "single user" license, and shall not be installed on a server, and shall not be accessible by more than one End User at a time. 6. Data Dictionary A data dictionary shall be provided that shall identify fields? short names (8 character names in dBase and ASCII) along with the field?s full description. Deliverables and Time Frames The vendor shall create and submit to HUD for approval a "Project Plan" within one week after the date of award. HUD will have one week, after receipt of the Project Plan, to respond with written comments. If no changes are needed, the Vendor shall start the work. If changes are needed, the Vendor shall respond in writing within one week with a revised plan (and the above review process shall be repeated). Within two weeks after the date of award, HUD shall deliver the original data from the U.S. Census Bureau on multiple CD-ROM with supporting documentation to the vendor.=20 At the same time, HUD will also provide the vendor reference material available regarding the STF4 data from Census publication "1990 Census of Population and Housing, Summary Tape File 4 Technical Documentation" pages 1-1 through 2-7, 6-1 through 7-11, 1-13, and 161-162 (all materials relevant to tables 59 and 60 in the census documentation). The data and documentation transfer will be considered full and complete unless the vendor notifies HUD that there were problems encountered reading or accessing the data. This notification shall come within two weeks of initial data and documentation transfer. Within six (6) weeks of the date of award, vendor shall deliver to HUD a working "Beta" of the DAT and the first draft of the proposed User Manual. Within one week of receipt HUD shall respond with written comments. If no changes are needed the Vendor shall complete the development by the end of the eighth (8th) week after the date of award. The period of performance is from the date of award through 60 days thereafter. Evaluation Factors=20 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be a "Best Value" in that it is most advantageous to the Government, price and other factors considered. The factors below shall be used to evaluate offers: Factors A, B, and C, are in descending order of importance. When combined factors A, B, and C are significantly more important than Factor D, Price. A. Prior Experience 1. Demonstrated experience working with US Census demographic data and analyzing data quality and =20 identifying data problems and discrepancies. =20 2. Demonstrated experience in providing an easy-to-use interface sufficiently intuitive that a non-. technical user can operate the program. =20 3. A demonstration of the proposed user interface, mapping functionality, reporting functionality, help functionality and data export functionality in one of two ways: a. By including a fully functioning product with data from a prior project. This type of =20 demonstration would be deemed fully the property of the vendor and returned immediately after =20 evaluation. (additional credit shall be given for the inclusion of a fully functioning product for=20 evaluation purposes.) b. By including screen shots or detailed "mock ups" showing the steps involved in creating a query, getting help, exporting data and producing reports. "Mock ups" shall also include samples of maps and thematic output, samples or reports. They shall be in color, and with sufficient detail that HUD can fully evaluate all functionality. B. Management Capability The proposal shall contain a preliminary work plan that describes the following in sufficient detail that HUD can confirm the probable success and timeliness of the project:=20 1. The staffing plan, key personnel, hours and labors costs. 2. Schedule for meeting all project objectives. 3. Deliverable schedule. 4. The Offeror shall provide brief resumes of the key personnel who shall manage or participate in this project. The resumes shall describe the roles in this project and the skills supporting these roles. The resumes shall also include experience of in similar projects. C. Past Performance=20 The Offeror?s past performance on the same or similar services. In this regard, the offeror shall provide information regarding past performance on the same or similar scope at a minimum of three references. For each entity the Offeror shall provide the following information: 1. Name of Entity; 2. Contract Number 3. Point of Contact 4. Phone number 5. Description of Service 6. Period of Performance 7. Dollar value of the Contract Past Performance will be evaluated on overall satisfaction, management responsiveness, quality and timeliness of work. D. Price The Offeror shall submit a separate Firm Fixed Price Proposal. ATTACHMENT #1 PROVISIONS AND CLAUSES The following provisions and clauses, apply to this solicitation, and may be downloaded from web site www.arnet.gov/far. 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation?Commercial Items (See Attachment) 52.212-3, Offeror Reps & Certifications?Commercial Items, (include w/business proposal) 52.212-4, Contract Terms and Conditions?Commercial Items 52.243-1, Changes-Fixed Price The following HUDAR clauses, apply to this solicitation, and may be downloaded from web site http://www.hud.gov/cts/ctshudar.html 2415.305, Proposal Evaluation 2415.308, Source Selection 2452.215-70, Proposal Content 2452.233-106, Review of Contracting Officer Protest Decisions 2452.237-70, Key Personnel, include in business proposal 2452.239-71, Information Technology Virus Security The following clause is in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (August 2000) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] __x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _x_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2)and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C.2323). _x__ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _x__ (12) 52.222-26, Equal Opportunity (E.O. 11246). _x__ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _x__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _x__ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _x__ (17) 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d). _x__ (18)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (19) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _x_ (20) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (21) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (22) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). _x__ (23) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). ___ (24) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). ___ (25) 52.232-36, Payment by Third Party (31 U.S.C. 3332). _x_ (26) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (27)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). _
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/HUD/OPC/PSDNCS/Q1QNCSP0014/listing.html)
Record
Loren Data Corp. 20010905/DSOL012.HTM (D-243 SN50W694)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 31, 2001 by Loren Data Corp. -- info@ld.com