SOURCES SOUGHT
70 -- Economic Indices, Data & Forecasts
- Notice Date
- 5/10/2021 12:02:13 PM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- DCSO RICHMOND DIVISION #2 RICHMOND VA 23297-5441 USA
- ZIP Code
- 23297-5441
- Solicitation Number
- sp470421q0003
- Response Due
- 5/14/2021 7:00:00 AM
- Archive Date
- 08/30/2021
- Point of Contact
- RACHEL KEENER, Phone: 8042794362
- E-Mail Address
-
RACHEL.KEENER@DLA.MIL
(RACHEL.KEENER@DLA.MIL)
- Description
- This Request for Information (RFI) is for planning purposes only and is NOT a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or an obligation on the part of the Government to acquire any products or services. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this RFI should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The information provided in this RFI is subject to change and is not binding on the Government.��� The purpose of this request is to obtain information on potential sources who can provide Economic Forecasts Online Access.� Includes economic indices forecasts and historical information, time-phased economic indices, data, and reports, statistically valid, robust reports for use of accurately estimating future costs, support associated with delivering economic forecasts to the audit field. 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. Economic 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. Economic 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 contract option year is exercised. Economic information shall be updated at least quarterly. Economic information shall be provided to all DCAA offices/auditors, currently totaling approximately 300 offices and approximately 4,000 auditors. Economic 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. Economic information shall include the frequency and dates that information is updated. 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. A list of all indices/data in an MS Excel/Word file or PDF file on the website for access. Electronic files shall allow function to copy data/text. Image format files are not acceptable. The contractor shall provide technical expertise in the area of economic and demographic analysis for help in understanding how indices were developed. The contractor shall allow DCAA to describe the contractor�s product and economic information in DCAA�s Guidebook on Economic Indices 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. 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. The contractor will provide online bi-annual training to demonstrate using and applying outputs from the contractors. The contractor�s system of providing contract required economic information shall be web/internet based and require no installation of executable software. The 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, build indices based on Calendar Year and/or Fiscal Year, implement desired metrics, execute graph quires, compare forecast simulations, and identify source data properties including index and forecast date. The contractor�s system must function under Windows operating systems including, Windows7, Windows 10, and any subsequent operating system upgrades that DCAA may acquire. The contractor shall provide continuous service under future Windows operating system upgrades DCAA may make during contract performance, and will make any necessary product modification at no additional cost. The Government is seeking sources who are able to immediately supply this product/service. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) capability statement or statement of interest.�� Please note that this is NOT a Request for Quote (RFQ). This is a request for sources able to prove the ability to provide the required product/service.�� Responses must be submitted to the email address listed on the Primary Point of Contact by the closing date/time of the announcement. Please reference the RFI # in your response.�� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.��Late submissions will not be reviewed.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/709f3313e73d4a10a711bd9705f4499a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05997283-F 20210512/210511201424 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |