Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
MODIFICATION

R -- Economic Indices for the Defense Contract Audit Agency

Notice Date
6/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ11Q0012
 
Response Due
7/11/2011
 
Archive Date
9/9/2011
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 constitures the only solicitation: proposals are being requested and a written notice will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a Firm-Fixed Price contract for CLIN 0001 - Economic indices -base Year, 12 Months; CLIN 1001, Economic Indices -Option Year One, 12 Months; CLIN 1002, Economic Indices - Option Year Two, 12 Months; CLIN 1003, Economic Indices - Option Year Three, 12 Months; CLIN 1004, Economic Indices - Option Year Four, 12 Months. Solicitation W912EQ-11-Q-0012 is being issued as a Request for Proposal (RFP). Performance Work Statement for Economic Forecast for the Defense Contract Audit Agency C.1ORGANIZATION AND DESCRIPTION OF SERVICES C.1.1 Mission and Organization C.1.1.1The Defense Contract Audit Agency (DCAA) performs necessary contract auditing for the Department of Defense (DOD); and provides accounting and financial advisory services to DOD procurement and contract administration activities concerning the negotiation, administration, and settlement of contracts and subcontracts. DCAA also provides contract audit services to other government agencies. C.1.1.2The major organizational components of DCAA are its Headquarters, five regional offices, and a field detachment. Headquarters is primarily located at Ft. Belvoir, Virginia; however, three contingents, the Technical Support Branch, Systems Design and Development Branch, and Defense Contract Audit Institute, are located in Memphis. Regional offices are located in Atlanta, Boston, Dallas, Los Angeles, and Philadelphia. C.1.1.3Economic forecasts are used by DCAA to evaluate contractor price proposals covering multiple years. Most multiyear proposals make economic assumptions about future periods. The forecasts procured by this contract will be used to test the reasonableness of these contractor assumptions. C.2(Performance Work Statement) C.2.1General Requirements C.2.1.1The contractor shall provide economic information which includes economic indices, data, and reports. Economic indices include indices such as the Consumer Price Index (CPI), Employment Cost Index (ECI), Producer Price Index (PPI) and Wholesale Price Index (WPI). Data includes information such as currency exchange rates and labor annual hourly earnings, rates, and wages. Reports include analysis, disclosure of assumptions, and other information. C.2.1.2Economic information shall be provided for at least geographical areas, commodities/industries, and economic concepts. Geographical areas shall include international and national areas (U.S national, regional, state, and metropolitan statistical areas). Commodities/Industries shall include labor, energy, steel, nonferrous metal, chemicals/plastics, building material, packaging, transportation, and healthcare. Economic concepts shall include indices such as CPI, ECI, PPI, WPI, labor rates/wages, currency exchange rates, and spot prices. C.2.1.3Economic information shall include forecast and historical information and cover at least 10 years of forecast and 10 years of historical information (actual economic change). The 20 year window will consist of 10 year forward and 10 years past information and will move forward as each option year is exercised. C.2.1.4Economic information shall be updated at least quarterly, with an exception for Healthcare Insurance Premium indices/data which shall be updated at least semi-annually. C.2.1.5Economic information shall be provided to all DCAA offices/auditors, currently totaling approximately 300 offices and 4,000 auditors. C.2.1.6Economic information shall be allowed to appear in DCAA's audit reports or other official written communications, or as needed to support audit positions during discussions with contractors and DCAA's customers. Requests made to DCAA for economic factors must be written and related to a specific procurement. DCAA will not provide complete copy of all indices/data to parties outside of DCAA. C.2.1.7Economic information made in prior years are required for DCAA post-award reviews where original contract estimates are reviewed after a contract has been awarded and sometimes after a contract has been completed. C.2.1.8Economic information shall be provided in quarterly and annual intervals and will include both the indices/data and period percent change. C.2.1.9Economic information shall include the frequency and dates that information is updated. C.2.1.10 The contractor shall make maximum use of North American Industry Classification System (NAICS) as the Bureau of Labor Statistics updates published information. C.2.1.11 Economic information shall include a brief description of the forecast assumptions whenever forecasts are updated. The description should be the same as information published in the contractor's documents. Discussion is required by major economic commodity or concept; discussion of each index is not necessary, and discussion of all indices as a whole is insufficient. C.2.1.12 The contractor shall provide a list of all indices/data in an MS Excel/Word file or PDF file. Electronic files shall allow function to copy data/text. Image format files are not acceptable. C.2.1.13The contractor shall provide technical expertise in the area of economic and demographic analysis. C.2.1.14 The contractor may replace indices provided the change is made for all customers and the contractor provides DCAA notice of the change, an updated list of indices/data in an electronic MS Excel/Word file, and the best proxy for the eliminated index. C.2.1.15 The contractor shall have the ability to develop forecasts for national and international economic concepts that are not currently part of the contractor's database when sufficient data becomes available. C.2.1.16 The contractor shall allow DCAA to describe the contractor's product and economic information in DCAA's pamphlet DCAAP 7641.74, "Use of Economic Indexes in Contract Audits" and/or other documents deem necessary by DCAA; and allow DCAA to make and distribute copies as necessary. The contractor will have opportunity to comment on the pamphlet before it is distributed; however, DCAA is the final authority on the contents of the pamphlet. The pamphlet will be provided to all DCAA offices, will be available to government contractors, and will include appropriate acknowledgments. C.2.1.17 The contractor shall allow DCAA to continue to use the product and distribute indices/data received under this contract after this contract expires. Continued use is essential so DCAA can substantiate forecasts used in audit reports and review contractor cost estimates after contract award. Product use and distribution would continue to be controlled by appropriate terms of this contract. C.2.1.18 DCAA will provide appropriate control of contractor sensitive information. Where DCAA controls distribution (printed and Intranet), contractor sensitive information will include a statement that the information may not be released outside DCAA without the contractor's written consent; and where DCAA cannot control distribution (such as the Internet), contractor sensitive information will not be included without the contractor's written consent. C.2.2 Product/System Requirements C.2.2.1The contractor's system of providing contract required economic information shall be web/internet based and require no installation of executable software. C.2.2.2The contractor's system shall provide all economic information in an electronic data format and provide function to search and retrieve, view records, and download/print items in HTML, Microsoft Word, Microsoft Excel, and PDF. C.2.2.3The contractor's system shall provide function to at least: select specific measures of inflation or economic indicators, save such queries for future use, create historical and forecast table reports, build composite cost indexes, implement desired metrics, execute graph quires, compare forecast simulations, and identify source data properties including index and forecast date. C.2.2.4The contractor's system must function under Windows operating systems including XP Professional, Vista, Windows7, and any subsequent operating system upgrades that DCAA may acquire. The contractor shall provide continuous contract service under future Windows operating system upgrades DCAA may make during contract performance, and will make any necessary product modification at no additional cost. C.2.2.5The contractor shall provide all support necessary to provide contract requirements on DCAA's computers and Local Area Network (LAN) at no additional cost to DCAA. C.2.3Indices/Data Requirements In addition to the requirements in paragraphs C-1.1 (general requirements) and C-2.2 (system requirements), this section provides additional specific requirements for geographical areas and industry/commodity. C.2.3.1Geographic Areas. The contractor shall provide economic information for international and U.S. National, regional, state, and metropolitan statistical areas, which are updated on a quarterly basis. For major international countries and world geographic areas: indices/data shall include at least international wages, consumer and producer price indices, and exchange rates. National coverage shall include at least average hourly earnings; producer price, consumer price, and employment cost indices; and spot prices by industry. Regional, state, and MSA coverage shall include at least average hourly earnings and consumer price indices. C.2.3.2Industry/Commodity. The contractor shall provide healthcare information to include average hourly earnings (AHEs), Consumer Price Indices (CPIs), Employment Cost Indices (ECIs), Producer Price Indices (PPIs), Medicare Economic Index (MEIs), and other health related indices/data such as Healthcare insurance premium forecasts. Other industries/commodities shall include at least labor wages/rates, and cost and price information for labor, energy, steel, nonferrous metal, chemicals/plastics, building material, packaging, and transportation. C.2.4Support Services C.2.4.1The contractor shall assist DCAA with economic studies, court testimony, and discussions with contractor and government procurement personnel. C.2.4.2The contractor shall provide technical support to ensure continuous service. Support could include correcting product errors, product incompatibility issues with DCAA equipment, and product website/internet problems. C.2.4.3The contractor shall provide technical support to ensure proper use of the contractor's product and indices/data. Such support will be provided to DCAA's Technical Support Branch and may include: (a) explanation of a particular forecast; (b) discussion of special or unusual forecast updates; (c) forecast and discussion of indices/data not in the package provided under the contract, or (d) past/historical forecast indices/data. DCAA will make these inquires by telephone or E-mail. Responses normally should not take more than two hours to formulate, and may generally be provided by telephone, E-mail, or FAX. Occasionally, a formal written response may be required. C.2.4.4The contractor shall provide technical support to explain forecasts to third parties (contractor and government contracting personnel). Such support may include determination of the proper index to escalate specific costs and may require a field visit or a written technical position. No more than two written technical positions and two field visits are anticipated annually. C.2.4.5The contractor shall participate in DCAA conferences upon request. Contractor participation should be limited to five such conferences annually. Conferences will most likely be held in Atlanta, Boston, Dallas, Memphis, Philadelphia, Washington D.C., Los Angeles, or their vicinities. C.2.4.5Upon DCAA request, the contractor shall provide product training to selected DCAA employees. Training will cover the proper use of the product and economic information; each training session will be limited to 20 people; and most likely the training will be at or near our regional offices. C.3DELIVERY C.3.1General C.3.1.1The contractor shall provide a schedule of forecast updates and delivery dates. The contractor shall provide the schedule at time of award and by 15 January of each calendar year; provide DCAA notice and a revised schedule within 10 days of any schedule change; and provide required schedules in an electronic MS Office Excel/Word file or electronic PDF file. C.3.1.2Required indices/data shall be delivered no later than 10 days after scheduled updates. Deviations may be approved by the contracting officer 30 days in advance. C.3.1.3The contractor shall be reimbursed 5 percent of the monthly value for two months of the quarter for untimely forecasts, which are indices/data delivered more than 20 days past the scheduled delivery dates. C.3.1.4Delivery of economic information shall be made electronically via the web/internet using a system compatible with DCAA software, security controls, and internet capabilities. C.3.1.5DCAA may change delivery locations at any time after award; the contractor may not charge for such change. C.3.1.6Economic information shall be delivered in an electronic format compatible with MS Office Excel/Word; all indices/data shall be in a data format, all information shall be allowed to be copied. C.3.1.7The contractor's product and economic information shall be available to all DCAA offices/auditors. C.3.2Documentation One complete set of updated forecast and historical indices/data must be provided in an electronic data formatted file to the E mail address shown below on a quarterly basis within the time constraints in Section C.3. (EMAIL ADDRESS TO BE SPECIFIED AFTER AWARD BY DCAA-OTST PERSONNEL) C.4SOLICITATION REQUIREMENTS C.4.1.1Period of Acceptance of Offers - Contractor proposed prices shall be firm for 60 calendar days from the date specified for receipt of offers Price proposals must include a working product and the documentation that will be used to support this solicitation. C.4.1.2Price proposal shall include a list of all indices/data to be provided; the list must be in a Microsoft Office electronic file or PDF text file. C.4.1.3The contractor must have at least five years experience forecasting economic indices/data similar to that required by this solicitation. Time spent by economists on equivalent work for an organization other than the offering company will not qualify for the five-year experience requirement. However, firms formed by consolidation will be considered if the key economists are still employed and the new entity stands behind and owns the forecasts of the former organization. C.4.1.4The use of subcontractors/teaming arrangements is permissible as long as the companies forming the contractual relationship individually meet the experience requirements. This acquisition is UNRESTRICTED. The associated NAICS code is 541910 with a size of $7,000,000.00 annually. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation for each line item with unit cost and total cost. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items. 52.212- Commercial Items, The provisions of FAR 52.212-2 is applicable to this solicitation and blank in (a) reads as follows: (1)Technical - (a)Ease of use of Software - Internet or web based; (b)Technical Capability and Compliance With Solicitation Requirements; (c)Accuracy of Indices (2)Past Performance - (a) Experience (3) Price. After a proposal has been determined technically acceptable, price become the most important factor. FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR 52.212-4 - Contract Terms and Conditions-Commercial Items. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; Affirmative Action For Workers With Disabilities; FAR52.222.35, Equal Opportunity for Veterans; FAR 52.222.26, Affirmative Action for Workers with Disabilities; FAR 222-54, Employment Eligibility Verification; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services. The provisions of FAR 52.217-8 is applicable to this solicitation and blank space reads as follows: 30 days. 52.217-9, Option to Extend the Term of the Contract, The provisions of FAR 52.217-9 is applicable to this solicitation and blank space reads as follows: (a) 30 day, 60 days FAR 52.219-14 Limitations on Subcontracting; FAR 52.233-2, Service of Protest; FAR 52.237-3 Continuity of Services; FAR 52.242-13, Bankruptcy; FAR 252.225-7002 Qualifying Country Sources of Subcontracting;; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 252.209-7004, Subcontracting With Firms, That Are Owned or Controlled By The Government of a Terrorist Country; FAR 52.203-3, Gratuities; FAR 252-225-7001; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; and FAR 51.246-4, Inspection of Services-Fixed Price; FAR 52.246-25, Limitation of Liability-Services; DFAR, 252.209-7001, Disclosure of Ownership or Controlled by the Government of a Terrorist Country. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by July 11, 2011 no later than 4:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-11-Q-0012 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ11Q0012/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02482367-W 20110626/110624235136-77f6ca2f6b38e93664bd67e17715ff5c (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.