Online Investigative and Research Services

expired opportunity(Expired)
From: Federal Government(Federal)
140A0821Q0001

Basic Details

started - 23 Oct, 2020 (about 3 years ago)

Start Date

23 Oct, 2020 (about 3 years ago)
due - 04 Nov, 2020 (about 3 years ago)

Due Date

04 Nov, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
140A0821Q0001

Identifier

140A0821Q0001
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Online Investigative and Research Services

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 140A0821Q0001 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Eastern Oklahoma 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 the most current Federal Acquisition Circular.

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, Office of Justice Service, Division of Drug Enforcement is responsible for basic & advanced drug investigations. In order for the staff to successfully perform their duties, there is a need to have online access for investigative research.

The Bureau of Indian Affairs (BIA) Eastern Oklahoma Regional Office, is soliciting offers for online investigative and research services.

Price Schedule:
CLIN 0010:

Online Investigative and Research Access Services (software/database) for the Division of Drug Enforcement (5 licenses)

Base Year: November 9, 2020 to November 8, 2021

Price: $____________ per year



Option Year One: November 9, 2021 to November 8, 2022

Price: $____________ per year



Option Year Two: November 9, 2022 to November 8, 2023

Price: $____________ per year




Total price: $__________________________

Description of Services: Period of Performance November 9, 2020 to November 8, 2021 with two option years.
Must include online access to public and proprietary records, including:
Person Information
Business and Corporation information
Secretary of State and UCC Filings
Driver's License Information
Email
Motor Vehicle Registrations
Civil Court Records
Criminal History Records
Sexual Offenders
Phone Information
Utility Information
Tri-Bureau Credit Information
Real Estate Deeds and Mortgage Records
Real Property Assessment Records
Bankruptcies, Liens and Judgements
Foreclosure Information
Marriage and Divorce Records
Death Records
Professional Licenses
Concealed Weapons, Hunting and Fishing Permits
Relatives, Neighbors and Associates Information

Must deliver fast and reliable results at high accuracy. Person alerts, customizable reports, hyperlinked results. Must be able to access via mobile devices and Include multi-factor authentication. Must include 24/7 customer service and technical support and all types of training consulting services.

Must have the capacity for one user to share research with another user who is not co-located. Our officers work from their individual offices and require the ability to share research findings with one another.
Must 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.


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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers:

Factor 1: Technical Capability

Factor 2: Price

Technical capability is equal to price.

(b) Factor 1: Technical Capability

1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable."

2. Offeror shall meet all the requirements in RFQ and submit documentation to verify.

3. "Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation.

4. "Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation.

(c) Factor 2: Price

1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness.

(d) AWARD PROCESS:

1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive."

2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable."

3. "Technically Acceptable" quotations will be then ranked according to Price.

4. The lowest priced offeror who is technically acceptable will receive the 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, 52.204-24, 52.204-25, 52.204-26, 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 Katie Impson at Katheryn.impson@bia.gov. Please reference solicitation number 140A0821Q0001 in the subject line of the email. All questions shall be submitted by COB on Thursday, 29 OCT 2020. Quotes are due on Wednesday, 4 NOV 2020 at 12:00 pm (CST). Quotes shall be sent via email to Katheryn.impson@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. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number)
4. Completion of Clauses 52.204-4 - 52.204-26

Offerors should check the FedBizOpps/beta.SAM.gov 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.
Product Service Code:- R615 - SUPPORT- ADMINISTRATIVE: BACKGROUND INVESTIGATION
NAICS Code:- 519130 - Internet Publishing and Broadcasting and Web Search Portals
Primary point of contact:- Impson, Katheryn  
katheryn.impson@bia.gov
Secondary point of contact:-

3100 WEST PEAK BOULEVARD  MUSKOGEE , OK 74402  USALocation

Place Of Performance : 3100 WEST PEAK BOULEVARD MUSKOGEE , OK 74402 USA

Country : United StatesState : Oklahoma

You may also like

ONLINE LEGAL RESEARCH & CLE

Due: 31 Dec, 2027 (in about 3 years)Agency: DEPARTMENTAL OFFICES

LEXISNEXIS RENEWAL FOR ONLINE LEGAL RESEARCH SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: ENERGY, DEPARTMENT OF

ONLINE LEGISLATIVE RESEARCH TOOL

Due: 26 Sep, 2028 (in about 4 years)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.