Search Contract Opportunities

Current and Historical Auditor and Compliance Information

ID: 50310220Q0021 • Type: Synopsis Solicitation
3x More Live Opportunities than SAM

Federal + State & Local + Forecasts + eBuy + More

Free Trial Schedule Demo

Description

The United States Securities and Exchange Commission (SEC), 100 F Street, NE, Washington, DC 20549, intends to procure access to a commercial off-the-shelf (COTS) web-based research platform and datafeed that provides current and historical auditor and compliance information.

NOTE: The SEC will only accept responses from companies that currently have a COTS product that meets all requirements in Attachment 1 Requirements List. The SEC is NOT seeking sources for development of a new solution or customization of a product to acquire/add the required capabilities. Clearly state in in your response that your solution is a COTS product. Additionally, all offerors must have an active registration in the System for Award Management (www.sam.gov) by the submission deadline of this RFQ.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. It is the offeror's responsibility to monitor this site for the release of amendments (if any).

(ii) The Request for Quote (RFQ) number is 50310220Q0021 and shall be referenced on any quote submitted.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective January 15, 2020. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text.

(iv) The North American Industry Classification System (NAICS) code for this acquisition is 518210 and the small business size standard is $32,500,000. This RFQ is being set-aside to small business concerns.

(v) The U.S. Securities and Exchange Commission (SEC) intends to award a firm fixed price contract in accordance with FAR Subpart 13.5 in conjunction with FAR Part 12, Acquisition of Commercial Items. See Attachment 2 Pricing for details.

(vi) Description of requirements: Access to a commercially available web-based research platform and datafeed that provides current and historical auditor and compliance information in accordance with the attached Requirements List (Attachment 1).

(vii) Period of performance: Base Period of twelve (12) months and four (4) twelve (12) month Option Periods.

Place of Delivery: U.S. Securities and Exchange Commission, 100 F Street, NE, Washington DC, 20549.

(viii) The provisions at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition. The following addenda to FAR provision 52.212-1, Instructions to Offerors Commercial (Oct 2018) applies to this acquisition:

The SEC reserves the right to not make award resulting from this solicitation and the SEC will not pay any contractor quote/bid costs for this solicitation.

Quotation Requirements: A written technical quote and a separate written price quote are required for this solicitation. Your quote must be based on the terms of this RFQ. Any exceptions, deviations or conditional assumptions to the requirements of the solicitation must be clearly stated and explained within the first two pages of both the technical and price quote. Exceptions, Deviations, and conditional assumptions may render your company's offer non-compliant and ineligible for award.

Quotation Submission and Due Dates: Offerors shall submit quotes electronically to turnerc@sec.gov with a copy to taylorank@sec.gov no later than 1:00PM ET, February 25, 2020. All questions shall be submitted to turnerc@sec.gov with a copy to taylorank@sec.gov no later than 12:00PM ET, February 14, 2020. Oral questions (telephone) will not be addressed or entertained.

Offerors shall follow the guidelines below in preparing its response. All documents should be submitted electronically in MS Word/Excel or compatible format using Times New Roman Font, Font Size 11, with 1.00 inch page margins.

Technical Quotation:

  1. Offerors shall submit product offering brochure/information that demonstrates their technical ability to meet all of the requirements outlined in the Requirements List. It is anticipated that the Contractor's existing data documentation will meet the needs of the SEC. However, in the case that the documentation is insufficient, the Contractor must provide additional information to demonstrate how the product offering meets the requirements in the Requirements List. Statements such as, the offeror understands, or the offeror will comply are not adequate. Similarly, merely restating or reformulating the requirements may render your quote non-compliant and ineligible for award. Your company's technical quote must provide specific details on how your company's COTS solution will fully meet the SEC's technical requirements. There is a 10 page limitation, excluding cover page for the written technical quote. The technical quote shall not refer to any pricing information.

2. Offerors shall provide a gratuitous product demonstration to provide a demonstration of your product's ability to meet all requirements in Attachment 1. The product demonstration will be done via WebEx and is tentatively scheduled for the days following the quote due date. The product demonstration shall be no longer than 60 minutes with the last 15 minutes reserved for questions and answers.

Price Quotation:

  1. The SEC requests a fixed price quote that provides a separate price for the Base Period and each Option Period CLIN using Attachment 2 - Pricing. The price quote shall include a breakdown that shows the price of each pricing element if there are separate price elements. The price for each CLIN shall be inclusive of all fees. The SEC requests all available price discounts. There is no page limitation for the price quote. The price quote must provide the offeror's Dun and Bradstreet number (DUNs) and must confirm that the offeror has active registration in the System Award Management (www.sam.gov).

2. Offeror shall submit a completed Attachment 3 - FAR Provision 52.209-7, Information Regarding Responsibility Matters.

License Agreement: The offeror shall submit any applicable license agreements with their quote submission.

IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to have an active SAM registration at time of quote submission and are required to maintain an active registration during the life of the contract. SAM can be accessed at https://www.sam.gov.

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition.

(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 factor(s) shall be used to evaluate offers:

  1. Technical: The Government will evaluate the vendor's technical ability to meet or exceed the requirements outlined in the Requirements List. The SEC will use the offeror's written submission as well as Product Demonstration to evaluate their ability to meet or exceed the requirements listed in the Requirements List.

2. Price

The SEC will use comparative evaluation of the quotes to include technical quote, oral product demonstration, and price quote, to determine the best response. The SEC will compare technical quotes and price quotes with each other in a uniform and fair manner to determine which quote provides the SEC what it needs. It is an assessment of which response is best as a whole. The SEC reserves the right to select a response that provides benefit to the SEC that exceeds the minimum but is not required to do so. Responses may exceed the minimum requirements but the SEC is not requesting or accepting alternate quotations.

Once the SEC determines the offeror that is best-suited (i.e., the apparent successful offeror), the SEC reserves the right to communicate with only that offeror to address any remaining issues, if necessary, and finalize a purchase order with that offeror. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined pertinent at the sole discretion of the government, the government reserves the right to communicate with the next best-suited offeror based on the original analysis and address any remaining issues. Once the SEC has begun communications with the next best-suited offeror, no further communications with the previous offeror will be entertained until after the purchase order has been awarded. This process shall continue until an agreement is successfully reached and a purchase order is awarded.

(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.

(x) The offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification Commercial Items (Dec 2019), with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

(xi) FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), applies to this acquisition.

(xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2020) applies to this acquisition. In Section b, the following clauses apply:

  • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
  • 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018)
  • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
  • 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)
  • 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)
  • 52.219-8, Utilization of Small Business Concerns (Oct 2018)
  • 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)
  • 52.222-3, Convict Labor (June 2003)
  • 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
  • 52.222-26, Equal Opportunity (Sep 2016)
  • 52.222-35, Equal Opportunity for Veterans (Oct 2015)
  • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
  • 52.222-37, Employment Reports on Veterans (Feb 2016)
  • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
  • 52.222-50, Combating Trafficking in Persons (Jan 2019)
  • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
  • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
  • 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018)

(xiii)The following additional terms and conditions are applicable to this acquisition:

FAR Clauses Incorporated By Reference:

FAR 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 2016)

FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.217-8 Option to Extend Services (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration.

FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor at any time within the period of performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend 15 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/?q=browsefar

Applicable SEC instructions:

2002.00 Marking (Mar 2009)

All information submitted to the Contracting Officer, the POC, or his/her designated contact shall clearly indicate the number of the contract for which the information is being submitted.

3001.01 Inspection and Acceptance by the Contracting Officer's Representative (COR) (Aug 2013)

Inspection and Acceptance of supplies and/or services to be furnished under this contract will be performed by the Contracting Officer's Representative (COR) TBD. Inspection and Acceptance will be performed at the U.S. Securities and Exchange Commission, 100 F Street, NE Washington, DC 20549.

4001.00 Period of Performance w/Option Years (Mar 2009)

The base period of performance under this contract shall be from March 30, 2020 through March 29, 2021. This contract has four (4) option years. At the end of the base year, if exercised, the first option will begin. If all options are exercised, the period of performance will not exceed a total of five years. If exercised, the period of performance for each successive option will begin the day after expiration of the previous period. Exercise of any option requires a contract modification signed by the SEC Contracting Officer.

4003.00 Place of Delivery- FOB Destination (June 2013)

The deliverables to be furnished under this contract shall be delivered to the following address:

U.S. Securities and Exchange Commission

100 F Street NE

Washington DC, 20549

5001.00 Contract Administration (Aug 2011)

This contract/delivery order will be administered by the SEC's Office of Acquisitions. All inquiries should be directed to the following address:

Securities and Exchange Commission

Office of Acquisitions

Attn: Christina Turner

Phone: 202-551-8187

Email: turnerc@sec.gov

100 F Street, NE

Washington, DC 20549

5003.00 Submission of Invoices (April 2012)

The Securities and Exchange Commission accepts only electronic/e-mail invoices.

Invoices shall be submitted on a submission of deliverable basis.

Contractors should submit invoices in accordance with the SEC Prompt Payment Provision of the contract. Contractors are cautioned against submitting an invoice prior to goods and services being received/accepted. Invoices submitted prematurely may be rejected.

Electronic/e-mail Invoice Instructions:

Invoices must be in PDF Format and may not exceed 10MB

Subject Line: Company name and the invoice number

e-mail Message:

Company logo or letterhead

Company name and payment address

Company point of contact (POC) for the invoice with phone and e-mail

Invoice Number

SEC Contract or Order number

SEC COR

For supplies: contract line item number, item description, quantity delivered, and unit and extended price, per Section B CLIN structure

For services: contract line item number, item description, period of performance and associated costs, per Section B, contract line item, CLIN, structure

Shipping and handling charges, if applicable

Clearly mark duplicates of previous invoice submissions with "DUPLICATE"

Clearly mark the final invoice with "FINAL INVOICE"

Attach the invoice and any supporting documents in a secure tamper-proof or tamper-resistant format compatible with Adobe Acrobat.

Electronic signatures are acceptable in scanned documents. Each page of a document must be clearly marked with information identifying it with the company, the contract, the invoice, and any other information required by the contract.

E-mail invoices to the following address: 9-AMC-AMZ-SEC-Invoices@faa.gov

5003.02 Software license Maintenance and Subscription Service Invoicing (Mar 2009)

It is customary commercial practice to pay for software licenses maintenance at the beginning of the contract period of performance, after submittal of a proper invoice.

5003.03 Option Period Invoicing (Mar 2009)

Option periods may be paid only after (1) an option modification has been issued by the Contracting Officer; and (2) the Government's receipt of a proper invoice from the Contractor. An invoice received by the Government prior to issuance of an option modification will be rejected as an improper invoice.

5004.00 Appointment of Contracting Officer's Representative (COR) (Nov 2012)

a. TBD, is hereby designated the Securities and Exchange Commission COR for administration and information relating to this contract. TBD is hereby designated as the Alternate COR for this contract.

b. The Contracting Officer (CO) shall appoint, in writing, a Contracting Officer's Representative (COR) and, if possible, an Alternate COR for this award. The COR and Alternate COR shall have a current Federal Acquisition Certification for CORs (FAC-COR) at the appropriate certification level for the contract. A COR may serve on a contract requiring certification at or below his/her level, but not on one requiring a higher level. The CO shall provide the Contractor with a copy of the COR appointment letter(s). The COR may not re-delegate his or her authority; only the CO has this authority.

c.The COR will manage the contract in coordination with the CO and within the terms of the contract and the boundaries of a COR's duties as outlined in the document Instructions for CORs and Their Supervisors. The COR's responsibilities include reviewing invoices and charges by the Contractor and informing the CO of areas where exceptions are taken. If this is an award for services and contractor personnel are brought on-site to SEC facilities, the COR must adhere to SECR 10-24.

d.Only the CO has the authority to change the terms and conditions of this contract. The COR may request a contract modification, but the CO will make the final determination. The COR may not agree to or issue a change to the contract terms and conditions. In the event the Contractor effects changes to the contract at the direction of any person other than the CO, the changes will be considered to have been made without any authority and no adjustments will be made to the contract.

5005.00 Contract Options (Mar 2009)

(a) Award of an initial contract will not obligate the Government to exercise any contractual option. Prior to exercising any option, the Government will make a determination that (1) funds are available, (2) the requirement covered by the option fulfills an existing need of the

Government, and (3) the exercise of the option is the most advantageous method of fulfilling the

Government's need, price and other factors considered.

(b) Failure to exercise an option shall not obligate the Government to pay any charges other than the contract price including exercised options.

5007.00 Payment Information (Mar 2018)

Unless otherwise stated, payment will be made within the guidelines of the Prompt Payment Act and requires that payment is made within 30 days from receipt of a valid invoice.

6002.00 Type of Contract (Mar 2009)

This is a firm-fixed price type contract.

6003.00 Representations and Certifications (Mar 2009)

The Contractor's completed Representations, Certifications, and Other Statements of Offerors or Respondents is incorporated herein by reference.

6012.02 Section 508 Requirements (Feb 2018)

Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all Information and Communication Technology (ICT) products and services developed, acquired, maintained, and/or used under this contract/order must comply with the Information and Communication Technology Accessibility Provisions set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the Access Board ) in FAR 39.203(a). The complete text of Section 508 Final Provisions can be accessed at Section 508 Law.

All ICT products must comply with the following requirements. Descriptions of the requirements are viewable at the link Section 508 Standards.

Offerors that fail to demonstrate compliance with the above requirements, may be eliminated from further consideration for award.

The Contractor shall indicate for each line item in the schedule whether each product or service is compliant or non-compliant with the accessibility requirements at 36 CFR 1194 using a Voluntary Product Accessibility Template (VPAT 2.0). Further, the quote must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). The offeror further represents that all ICT products and services that are less than fully compliant have been reviewed and plans to correct are in place.

Respondents to this solicitation must provide any additional detailed information necessary for determining applicable Section 508 standards conformance. If a vendor claims its products and/or services, including ICT deliverables such as electronic documents, web content or electronic reports, meet applicable Section 508 standards, and it is later determined by the Government i.e., after award of a contract/order, that products and/or services delivered do not conform to the described accessibility, remediation of the products and/or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense.

6012.02 *A.01 Electronic and Information Technology (Mar 2009)

In accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), all EIT supplies or services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101.

6012.04 Electronic and Information Technology Accessibility (Mar 2011)

Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194 ). If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses:

The right to Termination of the contract, delivery or task order, purchase or line item without termination liabilities pursuant to the contract termination clauses; or

In the case of custom Electronic and Information Technology (EIT) being developed for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm and the contractor shall reimburse the Government for any expenses incurred thereby.

For every EIT product or service accepted under this contract by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first.

In the event of a modification(s) to this contract/order, which adds new EIT products and services or revises the type of, or specifications for, products and services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor provide an update of information provided in the solicitation to identify EIT compliance. Under any maintenance agreement, Contractor agrees to maintain compliance with Section 508 of the Rehabilitation Act of 1973 for all EIT.

In order to comply with 36 CFR 1194 Section 41, the Contractor shall submit all soft copies (e.g., user manuals, product documentation, etc.) in a format that will be readable using assistive technology, (e.g., screen reader). All imbedded charts, graphs, pictures, etc., must be accessible and understandable using a screen reader.

6014.00 Use of Contractor Data and/or Materials (Mar 2009)

The Contractor acknowledges and agrees to the following: The SEC anticipates using the data and/or materials to conduct analyses for use in reports, studies, memoranda, and presentations. The SEC anticipates the following types of situation where analyses based on underlying data may be made public: by the SEC itself (E.g., SEC rulemaking and/or analysis done as part of an inspection or enforcement action), by SEC staff where the SEC is directing or facilitating the publication (e.g., a staff study in response to a Congressional request), by SEC staff facilitating their own private publication where the Commission has not taken a position regarding the publication of the analysis(e.g., a research report to be submitted by the individual staff to an academic conference or journal), and a former employee of the SEC who has substantially completed the analysis while on staff and is facilitating his/her own private publication( e.g., a research report to be submitted to an academic conference or journal). In all of these situations, only insubstantial amounts of the licensed data and/or material would be made public and no raw data would be made public, the authors would agree to abide by all contractual terms and conditions, and as the owner/licensor of the data the Contractor would receive attribution and be cited as the data source. Insubstantial amounts means an amount that has no independent commercial value and could not be used as a substitute for the service or product or any part of it.

The following additional FAR provisions are applicable to this acquisition.

FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018)

(a) Definitions. As used in this provision

Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

Federal contracts and grants with total value greater than $10,000,000 means

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management which can be accessed via https://www.sam.gov (see 52.204-7).

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/?q=browsefar

FAR Provisions Incorporated By Reference:

FAR 52.204-7 - System for Award Management (Oct 2018)

FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016)

FAR 52.209-2 - Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015)

FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Aug 2018)

(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

(xv) The date, time and place offers are due: Offerors shall submit quotes electronically to turnerc@sec.gov with a copy to taylorank@sec.gov no later than 1:00PM ET, February 25, 2020.

(xvi) The name and email address of the individual to contact for information regarding the solicitation: Christina Turner, turnerc@sec.gov.

(xvii) Attachments:

  1. Requirements List
  2. Pricing
  3. FAR 52.209-7

Overview

Response Deadline
Feb. 25, 2020, 1:00 p.m. EST Past Due
Posted
Feb. 12, 2020, 12:00 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 2/12/20 Securities and Exchange Commission issued Synopsis Solicitation 50310220Q0021 for Current and Historical Auditor and Compliance Information due 2/25/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 518210 (SBA Size Standard $40 Million) and PSC D317.
Primary Contact
Name
Christina J. Turner   Profile
Phone
None

Secondary Contact

Name
Anke C. Taylor   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 50310220Q0021

Contract Awards

Prime contracts awarded through Synopsis Solicitation 50310220Q0021

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 50310220Q0021

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 50310220Q0021

Additional Details

Source Agency Hierarchy
SECURITIES AND EXCHANGE COMMISSION > SECURITIES AND EXCHANGE COMMISSION > SECURITIES AND EXCHANGE COMMISSION
FPDS Organization Code
5000-503102
Source Organization Code
100158379
Last Updated
March 11, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 11, 2020