Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1996 PSA#1559

Department of the Treasury (DY), Financial Management Service, 401 14th St, SW, Washington, DC 20227

96 -- DELINQUENT DEBTOR AND ASSET LOCATION SERVICES SOL RFP-FMS-96-0009 DUE 042496 POC Geoff Gauger, Contract Specialist, (202) 874-3881. The Financial Management Service intends to issue a not-to-exceed purchase order for $50,000. 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. The solicitation number for this synopsis/solicitation invitation to bid is RFQ-FMS-96-0009. This solicitation document and the provisions incorporated into it are those in effect through Federal Acquisition Circular 90-37. This procurement is 100% set aside for small business. The Standard Industrial Code is 7389 and the small business standard is $5 million. Offerors shall propose prices for the following Contract Line Items Numbers (CLINs): CLIN 1: Asset Searches. Description: Perform investigations to identify assets possessed by both individuals and firms worldwide. Information regarding the results will be reported in a mutually agreed to format. CLIN 2: Locating Delinquent Debtors. Description: Tracking and locating, both domestically and internationally, individuals and firms with delinquent debt(s) owed to the US Government. CLIN 3: Serving Legal Documents. Description: Serve legal documents issued by the US Government and the US Federal Courts. CLIN 4: Special investigations Personnel. Description: Provide the Financial Management Service with properly licensed and trained individuals to perform investigations of a special nature on a national and international scale. CLINs 1-3 pricing shall be on a per transaction basis and CLIN 4 shall be priced on an hourly/daily basis. The period of performance under an award, if any, is the date of award through September 30, 1996. Reports and performance of all functions called out in the CLINs will be FOB Destination. The provisions of 52.212-1 ''Instructions to Offerors-Commercial Items'' without any addendum(s) applies to this solicitation. The provisions of 52.212-2 ''Evaluation-Commercial Items'' applies. The following factors will be used to evaluate offers: Offers will be evaluated to determine which offer provides the best value to the Government. Offerors will be ranked according to the offeror's ability to perform the following services on a worldwide basis. The services are listed in CLINs 1-4 above. In order to demonstrate that an offeror can provide the services described in CLINS 1-4 above, offerors are required to perform and submit the results of a hypothetical search scenario. A copy of this hypothetical search scenario will only be furnished to those who fax a request to the attention of Geoff Gauger at (202) 874-7275.The results of the hypothetical search scenario must be completed and returned along with the offeror's offer. Failure to furnish the results of the hypothetical search scenario will result in the rejection of the offer without any consideration for award. Offers will be evaluated based on the following factors which are listed in descending order of importance: technical, past performance and price. The offeror's technical capabilities and competencies will be evaluated using the offeror's submittal of the hypothetical search scenario results. The offeror's technical capabilities and competencies will further be evaluated using documentation submitted by the offeror that shows any and all resources they can employ to perform the services listed in CLINs 1-4 above. Not furnishing both the results of the hypothetical search scenario and the requested documentation will result in rejection of the offer without consideration for award. In order to evaluate an offeror's past performance, offerors must submit, in writing along with their offer, points of contact (POCs) at three firms that the offeror has performed all four of the services specified in CLINs 1-4 above. If POCs cannot be furnished, an offeror must furnish documentation demonstrating why this information cannot be furnished. Not furnishing either the POCs or documentation demonstrating why this information cannot be furnished will result in rejection of the offer without consideration for award. Pricing will be evaluated for the purpose of establishing that the offeror comprehends the level of service required by the Government. In order to assess the offeror's comprehension of the services the Government requires, the offeror shall furnish a succinct narrative of the services that will be furnished for the quoted prices. Technical and past performance, when combined, are significantly more important than price. Offerors are hereby advised that a completed copy of 52.212-3 ''Offeror Representations and Certifications-Commercial Item'' must accompany the offer. Clause 52.212-4 ''Contract Terms and Conditions-Commercial Items applies to this acquisition. As an addendum to Clause 52.212-4, paragraph (i), the government will make any and all invoice payments via electronic funds transfer. The apparent successful offeror will be required to submit a completed SF 3881 ''ACH Vendor/Miscellaneous Payment Enrollment Form'' must be completed correctly prior to being awarded an order. Clause 52.212-5 ''Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items'' applies to this acquisition. The clauses listed in 52.212-5 that apply to this solicitation are: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 and 52.222-42. The clauses and provisions cited in this synopsis/solicitation are available via fax by dialing (202) 874-8616 using a touch-tone phone and requesting document number 5221200. Offers must be received at the Financial Management Service, Acquisition Management Division, Rm. 456C, 401 14th Street, SW, Washington, DC 20227, no later than 4:30 PM Eastern Time, April 24, 1996. All packages containing offers must be sent to the Attention of Geoff Gauger. For information regarding this synopsis/solicitation, please contact Geoff Gauger at (202) 874-3881. (0082)

Loren Data Corp. http://www.ld.com (SYN# 0271 19960325\96-0001.SOL)


96 - Ores, Minerals and Their Primary Products Index Page