Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOLICITATION NOTICE

B -- Sales Tax Data Support Service

Notice Date
12/15/2023 11:23:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OBO NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
5000169211
 
Response Due
12/30/2023 9:00:00 AM
 
Archive Date
01/14/2024
 
Point of Contact
Faith Ashton, Phone: 2406137386
 
E-Mail Address
faith.m.ashton@Irs.gov
(faith.m.ashton@Irs.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Solicitation Number is 7000003793 and is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 513210 with a small business size standard of $41.5M. The period of performance is February 1, 2024 through January 31, 2025. �The Internal Revenue Service (IRS) seeks Sales Tax Data, both State and Local, for the purpose of developing data that Research, Analysis, and Applied Statistics Division needs to create general sales tax tables and to update the sales tax deduction calculator for IRS.gov. The United States tax law requires publication of State and Local sales taxes. The IRS will use State and Local sales tax data for Tax Year 2023 to prepare these tables for the 2024 filing season. Offerors shall provide a quotation for the following contract line item numbers (CLIN): CLIN 0001� Sales Tax Data Support Service. The Government will evaluate each offeror�s technical understanding and approach to the following tasks in the Statement of Work (SOW). Responses will be evaluated on technical approach, cost and schedule to satisfy the objectives stated in the SOW. �The technical approach should address how the required tasks/phases will be accomplished.� There should be a clear demonstration of understanding the IRS environment, SOW requirements, and scope of deliverables. Factor 1 � Technical Approach - The quoter will be assessed on the clarity and completeness of its proposed approach, data, and the degree to which it demonstrates the necessary management, supervision and labor expertise and availability to satisfactorily perform the specific tasks described in the SOW. In addition, IRS requests that the quoter submit sample data, as specified in SOW task list, following the attached list of Zip Codes. This data will be used to assess the quoter�s understanding of contract requirements and completeness of data. Simple statements by the quoter attesting to their understanding of and compliance with all technical requirements or paraphrasing such requirements will not be deemed adequate and will cause an offer to receive a low score for this criterion. Factor 2 � Price - Although price will not receive an adjectival rating, the Government will review the pricing to determine if the proposed disciplines, labor hours and other direct costs are commensurate with the requirements. Factor 3 -- Relevant Experience - The quoter will be assessed on the degree in which the submitted relevant experience meets the criteria of size, scope and complexity. In addition, the quoter will be assessed on their experience in the area of general sales tax research and related activities. This may include the offeror�s proposed plans, methods, resources, expertise and relevant experience for fulfilling the SOW tasks. The Government intends to issue a Firm-Fixed Price (FFP) award based on the quote that is responsive to the solicitation and determined to be the best value to the Government. Technical approach and experience are significantly more important than price. Quote submittal must, at a minimum show: (1) Solicitation number, (2) price, (3) technical capability, (4) Name, address, and telephone number of offeror, (5) Taxpayer Identification Number, (6) CAGE Code, (7) DUNS Number, (8) A completed copy of the representations and certifications at FAR 52.212-3, (9) GSA number if applicable, (10) business size and payment terms, (11) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a �Felony Conviction under any Federal Law (Feb 2016), ���������������������������������������������������������� (12) IR1052.232-9001- Electronic Invoicing and Payment Requirements for the Invoice Processing Platform (IPP) (JUL 2019),� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (13) 1052.209-9002-Notice and Consent to Disclose and Use of Taxpayer Return Information (MAY 2018). Quote should include resume of the proposed contract/research manager, a least three (3) corporate references, are limited to 10 pages, and will be accepted by e-mail as stated below. All responsible sources who can provide the above requirement shall submit written quotations via email to faith.m.ashton@irs.gov, no later than 15 calendar days from the posted date of this notice. This solicitation requires registration with the System for Award Management (SAM) 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. This notice is not a request for proposals. Oral communications are not acceptable in response to this notice. �All questions must be submitted by email to faith.m.ashton@irs.gov �by 12:00 PM on December 20, 2023 (Eastern Time). The RFQ closing date is 12:00 PM Eastern Standard Time, December 30, 2023. NOTE:� The offeror must complete the attached Applicable Provisions and Testing form.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3210a6c4dd034fac81feaa85c5097265/view)
 
Place of Performance
Address: Riverwoods, IL 60015, USA
Zip Code: 60015
Country: USA
 
Record
SN06913684-F 20231217/231215230040 (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 |
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.