Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

D -- ASSESSING FINANCIAL CAPABILITY OUTCOMES (AFCO) PILOT - PAST PERFORMANCE QUESTIONNAIRE - PROPOSAL SUBMISSION INFORMATION & INSTRUCTIONS - STATEMENT OF WORK, dated 12 May 2011

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
A11081
 
Archive Date
8/6/2011
 
Point of Contact
PAMELA ROBINSON, Phone: 2022831173, LYNDA BETANCOURT, Phone: 2022831411
 
E-Mail Address
pamela.s.robinson@irs.gov, lynda.betancourt@irs.gov
(pamela.s.robinson@irs.gov, lynda.betancourt@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 Attachment 2 Attachment 3 a. 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; proposals are being requested and a written solicitation will not be issued. b. Solicitation A11081 is hereby issued as a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-52. c. Set-Aside and NAICS Code: This acquisition is Unrestricted and open to all sources. d. Description of Requirement and items: The Department of the Treasury intends to issue a Firm Fixed Price contract for pilot to test the hypothesis that financial capability building tools and services (including financial education and financial information) and access to low-cost, low-risk, simple transaction and savings products will enhance the individual and household financial stability and well-being of low- and moderate-income (LMI) individuals as specified in the attached Statement of Work (SOW) entitled, “Assessing Financial Capability Outcomes Pilot: Measuring Effectiveness of Financial Education, Financial Skills and Financial Product Usage at Enhancing Participation Knowledge, Behavior, and Financial Well-Being,” dated 12 May 2011 (Attachment 1). In addition to the required information required under FAR 52.212-1, offerors shall also provide the following information in their proposal: •Company Name and Address •Company POC & Title, Telephone No., and Email Address •Completed Representations and Certifications or ORCA printed document in accordance with FAR 52.212-3 •Discount Payment Terms if other than Net 30 •Pricing for each Contract Line Item •Delivery Schedule •Audited Financial Statements for the last 3 years. If Financial Statements have not been audited, then Certified Tax Returns are required. •Line of Credit information (Bank Name, Address and Telephone No.) The following Contract Line Items are associated with this requirement: CLIN 0001 BASE PERIOD – (1 Year from Date of Award) The contractor shall provide the necessary skills and labor to perform the tasks associated with this requirement as specified in the SOW entitled, “Assessing Financial Capability Outcomes Pilot: Measuring Effectiveness of Financial Education, Financial Skills and Financial Product Usage at Enhancing Participation Knowledge, Behavior, and Financial Well-Being,” dated 12 May 2011. $_________________ CLIN 0002 OPTION PERIOD ONE – (1 Year from End of Base Period) The contractor shall provide the necessary skills and labor to perform the tasks associated with this requirement as specified in the SOW entitled, “Assessing Financial Capability Outcomes Pilot: Measuring Effectiveness of Financial Education, Financial Skills and Financial Product Usage at Enhancing Participation Knowledge, Behavior, and Financial Well-Being,” dated 12 May 2011. $_________________ CLIN 0003 OPTION PERIOD TWO – (1 Year from End of Option Period One) The contractor shall provide the necessary skills and labor to perform the tasks associated with this requirement as specified in the SOW entitled, “Assessing Financial Capability Outcomes Pilot: Measuring Effectiveness of Financial Education, Financial Skills and Financial Product Usage at Enhancing Participation Knowledge, Behavior, and Financial Well-Being,” dated 12 May 2011. $_________________ CLIN 0004 OPTION PERIOD THREE – (1 Year from End of Option Period Two) The contractor shall provide the necessary skills and labor to perform the tasks associated with this requirement as specified in the SOW entitled, “Assessing Financial Capability Outcomes Pilot: Measuring Effectiveness of Financial Education, Financial Skills and Financial Product Usage at Enhancing Participation Knowledge, Behavior, and Financial Well-Being,” dated 12 May 2011. $_________________ e. Delivery and Acceptance: Delivery of all reports and services will be made to: US Department of the Treasury Department of Financial Education and Financial Access ATTN: Louisa Quittman 1500 Pennsylvania Avenue, NW Washington, DC 20220 f. FOB Point: The FOB POINT is Destination g. FAR Provisions and Clauses: The following FAR Provisions and Clauses are applicable to this notice: ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) ~ Instructions are attached ADDENDUM TO 52.212-2 EVALUATION—COMMERCIAL ITEMS (JAN 1999) ~ Evaluation Criteria are attached 52.203-6 - RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-6 - RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT ALT I (OCT 1995) 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (MAY 2011) ~ A completed copy must be included with proposal. 52.212-4 - CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (JUNE 2010) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2011) 52.215-6 - PLACE OF PERFORMANCE (OCT 1997) ~ Information must be provided under this clause in the proposal. 52.216-1 - TYPE OF CONTRACT (APR 1984) ~ Firm Fixed Price 52.225-13 - RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.227-14 - RIGHTS IN DATA – GENERAL (DEC 2007) 52.233-2 - SERVICE OF PROTEST (SEP 2006) 52.233-4 - APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-3 - CONTINUITY OF SERVICES (JAN 1991) 52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.222-3 - CONVICT LABOR (JUNE 2003) 52.222-21 - PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 - EQUAL OPPORTUNITY (MAR 2007) 52.232-33 - PAYMENT BY ELECTRONIC FUNDS TRANSFER –CENTRAL CONTRACTOR REGISTRATION (OCT 2003) h. Applicable Agency Provisions: •INQUIRIES •MATERIALLY UNBALANCED PROPOSALS i. Applicable Agency Clauses: •CHANGE IN PERSONNEL •INVOICING AND PAYMENT INSTRUCTIONS •NOTICE: GOVERNMENT CLOSURES j. Evaluation Factors: The factors in Attachment 2 will be used to evaluate each proposal received. k. Questions / Inquiries: Questions/Inquiries concerning this Combined Synopsis/Solicitation are due via email to Pamela Robinson at pamela.s.robinson@irs.gov no later than close of business on 20 June 2011. l. Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be mailed to The Department of the Treasury, ATTN: Pamela Robinson, 6009 Oxon Hill Road, 7th Floor, Oxon Hill, MD 20745 to be received by the recipient by 2:00pm on 22 July 2011. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/A11081/listing.html)
 
Record
SN02469378-W 20110612/110610234614-133c29ca3bea2a8bc0af193c0a856b24 (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.