Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
MODIFICATION

B -- TACS1156-3-91987

Notice Date
9/3/2003
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
TACS1156-3-91987
 
Response Due
9/9/2003
 
Archive Date
9/9/2004
 
Point of Contact
Alonzo Jacobs, Contract Specialist, Phone 301-713-0839 x127, Fax 301-713-0809,
 
E-Mail Address
alonzo.jacobs@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation. Request for Quote (RFQ) - Statement of Work CS Master List This requirement represents a combined synopsis and solicitation. Offers are due to be received no later than 10:00 AM, Tuesday, September 9, 2003. It is preferred that offers be sent via E-Mail to: Alonzo.Jacobs@noaa.gov. E-Mail responses shall be titled "CS Master List" in the Subject line. Hard copies if necessary, may be sent to: NOAA/OFA External Customer Division, SSMC IV, 1305 East West Highway, 7th Floor, Suite 7601, Silver Spring, MD 20910-3281, Attn: Alonzo Jacobs. It is anticipated that this synopsis/solicitation will result in award of a fixed price Purchase Order using Simplified Acquisition procedures. The Government Estimate for this requirement is approximately $90,000.00. Inquiries may be E-mailed to: Alonzo.Jacobs@noaa.gov Answers to inquiries will be provided via E-Mail prior to the September 9, 2003 due date. No inquiries may be made after 10:00AM, Wednesday, August 27, 2003. SECTION 1: SUMMARY/BACKGROUND The U.S. Commercial Service (CS) maintains approximately 20 databases and this Request for Quotes (RFQ) seeks quotes from contractors who are able to merge these databases into one database that will be used for CS marketing purposes. After creating one consolidated database, the contractor shall remove duplicates and evergreen the list. The contractor shall also be called upon to recommend additional contact lists that should be procured to augment the existing consolidated list. The U.S. and Foreign Commercial Service ("US&FCS" or "Commercial Service"), part of the U.S. Department of Commerce, International Trade Administration (ITA), operates over 100 Export Assistance Centers (EACs) domestically, and approximately 175 Commercial Posts in 78 countries overseas. US&FCS is statutorily mandated to promote U.S. exports by providing export promotion and facilitation services, products and programs to small-to-medium-sized U.S. business enterprises (SMEs). US&FCS Commercial Officers and Specialists in our overseas posts, and Trade Specialists in our EACs in the United States, counsel U.S. firms, offer strategic export planning expertise, assist with trade event participation, and develop and deliver market intelligence and trade data on a cost-recovery fee basis. SECTION 2: SCOPE, PURPOSE AND OBJECTIVE This solicitation seeks a contractor to merge approximately 20 databases containing approximately 300,000 records. The contractor shall merge these files together, append certain fields, and remove all duplicates. The resulting file shall then be run against the U.S. Postal Service National Change of Address Database and the Commercial Service "Do Not Contact" list. The contractor shall process the files 4-6 times per year, based on the needs of US&FCS. The Government will provide the contractor with the necessary files of all databases to be processed on zip disks or CDs, electronic files as listed below and possible additional databases as the contract period progresses: ATI - 64,001 Exim-37,800 Water Quality Association (IBP) - 136 AAIW - 201 California Farm Show - 27 CorpTech - 58,685 Housewares (IBP) - 65 International Franchise Exposition - 206 CS Trade Mission - 109 International Catalog Exhibition - 7,850 Natural Products - 54 Pack Expo - 741 SHOPA - 229 TFC Mexico - 69 CNUSA - 288 EPS - 26,660 Louisiana - 563 Marketing - 2,923 TryUS2002-8,152 USA Trade - 5,706 Databases will be provided in Dbase format and each database will contain the following fields: Source, first name, last name, title, company name, address1, address2, city, state, zip, phone number, fax number, email, web site, woman or minority owned (yes/no), current CS client (yes/no), revenue, number of employees, industry, product description and products used. SECTION 3: Statement of Work: The Contractor shall: ? Combine all databases into one consolidated database 4-6 times per year as determined by the US&FCS COTR. ? Separate fields as needed. For example, "first name" and "last name", and "address1" and "address2." ? Remove duplicates from consolidated list. A duplicate is defined as a record that contains the same last name, company name, AND address as another record. If no last name exists, a duplicate is defined as the same company name and address. ? Remove specific information in certain company records as requested. ? Compare the consolidated list against the U.S. Postal Service National Change of Address list to update addresses and other contact information for each record. ? Compare the resulting list against the "Do Not Call" list provided by the Commercial Service. ? Identify all fields that have a one-to-many relationship to the organization record, such as "source," "industry," and "country of interest" and list these items in one field using a delimiter. ? Use outside sources to append the email field (and possibly the fax field) of records in the resulting CS Master List. ? Return the evergreened consolidated list via zip disk or CD Rom to the U.S. Commercial Service in an ASCII comma delimited format. ? Maintain copies of all of our databases, including the "Do Not Contact" list, and be able to provide copies, when requested. ? Maintain copy of the resulting CS Master List and be able to add new databases to the existing CS Master List so that the Government will not need to "reclean" the lists each time we run the merging/de-duping program. ? Serve as a "list broker" to provide additional company contact information on U.S. exporters to augment our CS Master List. SECTION 3: DELIVERY SCHEDULE/DELIVERABLES The Contractor Shall Deliver: Approximately four to six times per year: A single, large database that has all duplicate entries removed. Deliverables shall also include highly researched additional databases of U.S. exporters that meet the criterion that they complement CS's current database. Deliverable shall be due within 15 working days of receiving all databases from the U.S. Commercial Service. When changes are necessary, the contractor shall have ten (10) working days to make necessary changes. SECTION 4: RELEVANT INFORMATION In order to assist firms considering or preparing a response to this RFQ the following areas are of interest to US&FCS. Applicability of USG Statutes, Policies and Audit/Review: All project financial systems, operations and procedures shall comply with applicable Federal and U.S. Department of Commerce statutes (e.g. see US&FCS statute below), regulations, standards and policies. Property Rights: The US&FCS will maintain ownership of all company contact information. Non Disclosure: When deemed appropriate by either the Contracting Officer, or US&FCS contract employees working on this requirement will have to execute a non-disclosure agreement. Contract Award and Implementation: The basis for award will be based upon assessment of offeror responses against criteria provided below. SECTION 5: PERIOD AND PLACE OF PERFORMANCE The period of performance shall commence on or before October 1, 2003 and continue through September 30, 2005. SECTION 6: INSPECTION AND ACCEPTANCE CRITERIA U.S. Commercial Service will inspect the consolidated database and approve or make necessary comments for revision and the contractor shall have 10 working days to make appropriate revisions. SECTION 7: INSTRUCTIONS TO INTERESTED FIRMS Proposals will be accepted for at least the next 15 days from date of issuance. E-mail responses are preferred and should include the subject: "CS Master List". Email responses should be submitted to the following individual: 1. Alonzo Jacobs, Contract Specialist. e-mail: Alonzo.Jacobs@noaa.gov An alternate is: Diane C. Husereau, Contracting Officer. e-mail: Diane C. Husereau@noaa.gov Proposals shall be prepared in a format and in a manner that clearly addresses all of the requirements set forth herein. Awards will be made to those offerors proposing the most effective solution to the Government in accordance with the evaluation criteria set forth. In order to facilitate evaluation of past performance, offerors who have delivered contracted products/services to public or private sector clients should identify up to three recent projects of relevance and the following information: 1. Procurement activity address, procuring contracting officer (if a USG contract), telephone number and e-mail address (if available) & client principal or representative's name, telephone number and e-mail address (if available). 2. Contract number & type of contract 3. Period of performance 4. Brief description of the contract 5. Description of how previous experience prepares offeror to undertake a contract of the scope envisioned in the RFQ. Please utilize email for inquiries, directed to: Alonzo.Jacobs@noaa.gov Please Note that before award can be made offerors must be registered in the NOAA Vendor Profile database. Visit: http://www.ofa.noaa.gov/~amd/vendor_form.html and comply with instructions therein for registration. USFCS STATUTORY MANDATE: The following is the relevant section of US&FCS statutory mandate (15 USC 4721(b)): Statement of purpose. The Commercial Service shall place primary emphasis on the promotion of exports of goods and services from the United States, particularly by small businesses and medium-sized businesses, and on the protection of United States business interests abroad by carrying out activities such as-- (1) identifying United States businesses with the potential to export goods and services and providing such businesses with advice and information on establishing export businesses; (2) providing United States exporters with information on economic conditions, market opportunities, the status of the intellectual property system in such country, and the legal and regulatory environment within foreign countries; (3) providing United States exporters with information and advice on the necessary adaptation of product design and marketing strategy to meet the differing cultural and technical requirements of foreign countries; (4) providing United States exporters with actual leads and an introduction to contacts within foreign countries; (5) assisting United States exporters in locating reliable sources of business services in foreign countries; (6) assisting United States exporters in their dealings with foreign governments and enterprises owned by foreign governments; (7) assisting the coordination of the efforts of State and local agencies and private organizations which seek to promote United States business interests abroad so as to maximize their effectiveness and minimize the duplication of efforts; (8) utilizing domestic and foreign offices as one-stop shops for United States exporters by providing exporters with information on all export promotion and export finance activities of the Federal Government, assisting exporters in identifying which Federal programs may be of greatest assistance, and assisting exporters in making contact with the Federal programs identified; and (9) providing United States exporters and export finance institutions with information on all financing and insurance programs of the Export-Import Bank of the United States, the Overseas Private Investment Corporation, the Trade and Development Program, and the Small Business Administration, including providing assistance in completing applications for such programs and working with exporters and export finance institutions to address any deficiencies in such applications that have been submitted. Evaluation Criteria Proposals submitted shall be evaluated using these evaluation criteria, which are listed in order of importance. 1. Past Performance and demonstrated success in the merging and de-duping of other lists. Respondents should submit evidence to address this evaluation factor. 2. Technical Approach to evaluation of additional contact list to augment the CS Master List. 4. Demonstrated sustained operation of like process for a minimum two (2) years. 5. Consistency with US&FCS Statutory Mandate (provided above) and commitment to working under applicable U.S. Government statutes, policies and regulations. It is anticipated that award of this requirement will be accomplished utilizing Simplified Acquisition Procedures. This means award is anticipated to be less than $100,000.
 
Place of Performance
Address: Offerors place of business
 
Record
SN00423452-W 20030905/030903213218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.