Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

B -- ONLINE LEGAL RESEARCH ACCESS SERVICES FOR BIA, CFR COURT

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
140A0318Q0106
 
Response Due
8/6/2018
 
Archive Date
8/21/2018
 
Point of Contact
Robinson, Margie
 
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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0318Q0106 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 dated June 15, 2018. This solicitation is full and open. The associated North American Industry Classification System code (NAICS) is 519130, Internet Publishing and Broadcasting and Web Search Portals, and the size standard is 1,000 employees. The Bureau of Indian Affairs, Branch of Tribal Government is responsible for the oversite of the Court of Indian Offenses, commonly referred to as CFR Court. In order for this Court to function, the Government has hired or contracted the services of Judges, Prosecutors and Public Defenders. In order for the staff to successfully perform their duties, there is a need to have online access for legal research. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office, is soliciting offers for online legal research access services. Price Schedule: CLIN 0010: Online Legal Research Access Services (software/database) for the CFR Court Staff (15 licenses) Base Year: October 1, 2018 to September 30, 2019 Price: $____________ per year Option Year One: October 1, 2019 to September 30, 2020 Price: $____________ per year Option Year Two: October 1, 2020 to September 30, 2021 Price: $____________ per year Option Year Three: October 1, 2021 to September 30, 2022 Price: $____________ per year Option Year Four: October 1, 2022 to September 30, 2023 Price: $____________ per year Total price: $__________________________ Description of Services: The Contractor shall provide online legal research access services for the Court of Indian Offenses (15 BIA users). * Provide general legal research appropriate for trial and appellate judges who decide cases involving the application of the law that applies to Indian tribes within the Bureau of Indian Affairs Southern Plains Region and Eastern Oklahoma Region, including all decision of the U.S. Supreme Court and Court of Appeals for all Circuits, the United States Code, Statutes at Large, Code of Federal Regulations, American Law Reports, and the law reviews of law schools in the Southern Plains Region and Eastern Oklahoma Region. * Provide comprehensive legal content, including summarized case law with headnotes and case summaries that are comprehensive regarding interpretation of existing case law, the United States Code and Statutes at Large. * Provide access to secondary legal materials for Native American law * Enable the search of relevant cases to the particular subsection of law at hand and easily retrieves reports, dockets, and documents from the cases that one may be researching. * Allow the utilization of both Boolean and natural language when searching content. * Have the capacity for one user to share research with another user who is not co-located. Our judges work from their individual offices and require the ability to share research findings with one another. * Provide automated access to the latest developments in specific areas of the law, specifically recent statutory changes in the law and updates of recent court interpretations of the law. * Allow the user to save research, enabling one to begin where previously ended when researching was interrupted. Often users are pulled away when researching and rather than starting all over there should be the ability to continue with previous efforts. Period of Performance: October 1, 2018 to September 30, 2019 with four option years. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Factor 1: Technical Capability (1.) The offeror shall submit their technical capability to meet or exceed the requirements outlined in the description of services. (ii)Factor 2: Past Performance (1.) The Contractor shall include information that will assist in determining the extent to which its past performance demonstrates the likelihood of being able to successfully provide all items outline in the description of services. The offeror shall also list at least two contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. (iii)Factor 3: Price Schedule Technical and past performance when combined is equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ¿s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-19, 52.204-10, 52.204-23, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.224-3, 52.225-13, 52.232-33, 52.242-5, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.217-8, 52.217-9, 52.223-6, 52.225-25, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.243-1 Alt. 1, 52.246-4, 52.249-4, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: * An official company invoice that has already been reviewed and approved by COR outside of IPP The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Margie M. Robinson at margie.robinson@bia.gov. Please reference solicitation number 140A0318Q0106 in the subject line of the email. All questions shall be submitted by COB on Tuesday, 31 July 2018. Quotes are due on Monday, 6 August 2018 at 5:00 pm (CDT). Quotes shall be sent via email to Margie.robinson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Offers shall include the following items and in the following order: 1. Summary of technical capability in accordance with 52.212-2(a)(i)(1) 2. Pricing schedule 3. Past performance information with a minimum of two contracts for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address v. Description of Services/Price vi. Period of Performance vii. If applicable, explanation of any problems or delays encountered 4. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number) Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0318Q0106/listing.html)
 
Record
SN05000845-W 20180722/180720230813-fad006cf3a11da7871d6bee60c92a2ad (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.