Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

D -- DATA - ECONOMIC AND FINANCIAL ANALYSIS

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFQ-4769
 
Response Due
8/9/2007
 
Archive Date
8/10/2007
 
Description
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 NAICS code for this acquisition is 541990. STATEMENT OF WORK - The OCC requires a responsible vendor to provide a slate of products to facilitate economic and financial analysis of the U.S. economy. These products should provide ready access to data, forecasts, and analysis of the U.S. economy, including regional detail by state and Metropolitan Statistical Area (MSA), and by sector. The vendor should have proven analytical expertise in the areas covered by the products. The vendor must provide technical support to help GBFA users retrieve and understand the data and forecasts provided. The vendor should include a description of technical support to be provided, which should include telephone access to a user desk, access to analysts, quick response to questions and issues, and regular conferences or client meetings to discuss economic issues. The vendor must include appropriate price information, including the cost of providing the service for one year, followed by two option years. PRODUCTS - The products offered should include: REGIONAL ECONOMIC DATABASE - The database should allow access for up to 30 users, and should cover the economy at the national, state, and MSA level. The database should include historical data and forecasts; where possible, historical data should go back to 1980 or earlier. Data should be updated at least monthly; forecasts should be updated at least quarterly; regional data should cover all the states and MSAs. Data and forecasts should have the following characteristics: Consistency. Data must be compiled and forecasts must be applied using consistent methods for MSAs, States and U.S. economic series to permit sound analysis. Forecast models must integrate regional factors directly into their national forecasts in order to ensure consistency and accuracy. Frequent updates. Forecasts must be updated with sufficient frequency to enable inclusion of the most up-to-date data in periodic GBFA presentations and reports. Comprehensive coverage. Since national banks operate in both large and small metro areas, data and forecasts must include coverage of the MSAs in the U.S. (rather than just the top 100 or top 150) to help us identify and analyze local economic factors that affect the condition and performance of national banks. Complementary regional and CRE analyses and reports. Data and forecasts should, if possible, complement the regional economic and commercial real estate analyses that the OCC currently receives and uses in various products. This means the data and analysis should cover all the states and at least the top 100 MSAs, but preferably all MSAs. STATE AND REGIONAL ANALYSIS - GBFA requires periodic analyses of the economy of each state, and of as many MSAs as possible. These reports should be downloadable, and should be available to field staff as well as headquarters staff within the OCC. Reports should include history and forecasts for each region covered, and should be updated at least twice per year. HOUSING MARKET ANALYSIS - Because of the importance of residential lending in the commercial banking system, GBFA requires regular reports and analysis on the state of the US residential real estate industry. Reports should include detailed analysis of national trends, as well as analysis of regional housing trends, preferably on an MSA level. Analysis should cover housing demand and supply, house price trends, and should identify which MSAs are relatively overpriced, and thus subject to greater risk for lenders. Reports should be downloadable, and should include data in spreadsheet format for GBFA?s use. Graphs in reports should be downloadable in a suitable format, such as Power Point. WEB-BASED REPORTS ON ECONOMIC DATA RELEASES WITH COMMENTARY AND ANALYSIS - The product should allow real-time access to economic data releases, commentary on the releases, and analysis of the implications of the releases. The product should cover all sectors of the US economy, including financial markets, and should also include commentary and analysis of broader themes within the US economy, including retail and wholesale trade, housing and construction, labor markets, and manufacturing. Content should be searchable and browsable by topic, author, and date. ELECTRONIC MEDIA SPECIFICATIONS - Data and model outputs should be suitable for use on OCC network, and OCC microcomputers. OCC microcomputers use the Windows XP operating system, with the Microsoft Office 2003 suite of applications, and SAS 9.1.3. Products must allow the user to import model output into other software available to the user. The following is a partial list of data formats commonly encountered: Standard FFIEC format ASCII Fixed format ASCII Delimited format Spreadsheet formats (i.e., Lotus, Excel, etc.) SAS datasheet format EVALUATION To evaluate proposals submitted, the OCC will require the following: 1) Description of products included in proposal. This should include some indication of geographic coverage and length of typical data series, although we understand that a description of each data series will not be possible; how long products have been commercially available; approximate number of users, both total and within the federal government. 2) Explanation of how OCC users would access the product. 3) Samples of existing products: for example, recent versions of state and local economic analysis, recent versions of housing analysis. 4) Temporary access to databases, other on-line products, and economic models. 5) Explanation of the company?s provision of technical support The OCC?s assessment of technical capability will focus on, but not be limited to: 1) Examination of products for coverage, accuracy, timeliness, and consistency with existing OCC applications. 2) Examination of product history, outside evaluation of products, and experience of other users of products. 3) Tests of databases and other on-line products for ease of use. 4) Examination of product documentation for clarity and accuracy. THE VENDOR MUST PROVIDE A COPY OF ITS LICENSING AGREEMENT TERMS AND CONDITIONS. CLAUSES/PROVISIONS: FAR Provisions: FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation Criteria. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. Offerors shall complete only paragraph (1) of this provision if the offeror has completed the annual Representations and Certifications electronically at http://orca.bpa.gov. FAR Clauses: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.217-5 Evaluation of Options; 52.222-26 Equal Opportunity; 52.235 Equal Opportunity for Special Disabled Veterans; 52.236 Affirmative Actions for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 52.239-1 Privacy or Security Safeguards; 52.222-44 Fair Labor Standards Act and Service Contract; 52.217-9 ? Option to Extend the Term of the Contract. SECTION 508 - 1052.239-70(OCC). Requirement for Compliance with Electronic and Information Technology Accessibility Standards. All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.accessboard.gov/sec508/508standards.htm) The following standards have been determined to be applicable to this contract: 1194.22 Web-based intranet and internet information and applications. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. All interested offerors shall respond electronically by submitting separate price and technical responses. Award shall be placed with the vendor that is determined to be the best value to the government price and other factors considered. EVALUATION CRITERIA: 1. Technical Capability: (1) Documentation on how the product meets all the requirements listed in the Statement of Work above. (2) Documentation on access to the product. (3) References: The response must include three relevant references of clients who have or are currently using the model. References must include a contact name, telephone number, and email address. (4) Section 508: Vendors are encouraged to complete the voluntary template for standard 1194.22 ? Web-based intranet and internet information and applications. If you do not have this template, please contact the point of contact named below. (5). Pricing: The contractor must submit pricing for a base period - 09/30/07 through 09/29/08, plus two (2) twelve month option years (CLIN 0001 - September 30, 2007 through September 29, 2008. CLIN 1001 - September 30, 2008 through September 29,. 2009, CLIN 2001 - September 30, 2009 through September 29, 2010)
 
Place of Performance
Address: 250 E Street, SW, Washington, DC
Zip Code: 20219
Country: UNITED STATES
 
Record
SN01360821-W 20070804/070802222816 (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 |
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.