Skip to main content

An official website of the United States government

You have 2 new alerts

Credit Reporting

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Apr 26, 2023 12:55 pm EDT
  • Original Published Date: Mar 21, 2023 11:50 am EDT
  • Updated Date Offers Due: May 02, 2023 04:00 pm EDT
  • Original Date Offers Due: Apr 24, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 03, 2023
  • Original Inactive Date: Apr 25, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R611 - SUPPORT- ADMINISTRATIVE: CREDIT REPORTING
  • NAICS Code:
    • 561450 - Credit Bureaus
  • Place of Performance:
    Boyers , PA 16018
    USA

Description

**Update April 26, 2023 ** Amendment 00002 updates response deadline to May 2, 2023; 4:00 P.M. EST. **

** Update April 25, 2023 ** Q&A Clarification of #52 ** All other terms and conditions remain unchanged. **

** Update April 14, 2023 ** Q&A included in attachments. All amended solicitation and attachments include "00001". 

General Information

Document Type: Combined Synopsis/Solicitation

Solicitation Number: HS0021-23-R-0016-00002

Posted Date: 3/21/2023

Original Response Date: 4/24/2023

A00001 Response Date: 4/27/2023

Current Response Date: 5/2/2023

Product or Service Code: R611- Support, Administrative – Credit Reporting

Set Aside: 100% Total Small Business

NAICS Code: 561450 – Credit Bureaus

Contract Type: Multiple Award Indefinite Deliver Indefinite Quantity (IDIQ) Firm Fixed Price (FFP)

Contracting Office Address

Defense Counterintelligence and Security Agency (DCSA) Acquisitions

27130 Telegraph Rd,

Quantico, VA 22134

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; “proposals” are being requested, and a written solicitation document will not be issued.

The Request for Proposal (RFP) number HS002123R0016-00002 shall be used to reference any written proposal/offer provided under this notice. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01; effective 1 December 2022.

Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government does not reimburse for proposals.

This requirement is a 100% Small Business set-aside under North American Industry Classification System (NAICS) 561450, with a small business size standard of $41,000,000.00.

The purpose of this notice is to establish multiple award IDIQ FFP contracts, up to 3 awardees, for the following services:

Task One - Provide single credit bureau reports (as per PWS and specific formats)

Task Two - Provide Tri-Merge Report – data from all 3 credit bureaus merged into one report (as per PWS and specific formats)

All responsible sources may submit a response which, if timely received, must be considered by the agency. All interested companies shall provide proposal(s) for the following:

See Attachment 1 for PWS-00001 for specifications which also includes:

Attachment 2 PWS CDRLS

Attachment 3 PWS ISA

Attachment 4 PWS Single Report Examples-00001

Attachment 5 PWS Tri-Merge Report Examples-00001

Attachment 6 Ordering Guide (OG)

Attachment 7 OG PWS Template-00001

Attachment 8 OG QASP Template

Attachment 9 OG TO Price WB template

Attachment 10 IDIQ Price Workbook

The Period of Performance (PoP) consists of a Base of 5-years (60 months), plus 5 one-year Options.

IAW FAR 52.216-19, Order Limitations, the following is the minimum and maximum order limitations: 

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 3,000 single reports and/or 100 tri-merge reports, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor-

(1) Any order for a single item in excess of 5,000,000 single reports and/or 1,500,000 tri-merge reports;

(2) Any order for a combination of items in excess of 5,000,000 single reports and/or 1,500,000 tri-merge reports; or

(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 day after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

All awardees will be awarded one guaranteed TO for the single credit reports minimum quantity IAW FAR 52.216-19 Order Limitations.

The following provisions and clauses apply to this acquisition and can be viewed in full text via the internet at https://www.acquisition.gov in accordance with 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference.

Refer to Attachment 13 for a listing of applicable provisions and clauses.

The FAR provision at 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services applies to this acquisition to include the addendum found in Attachment 11 – Instructions to Offerors-00001.

The FAR provision at 52.212-2 Evaluation—Commercial Items applies to this acquisition to this acquisition to include the addendum found in Attachment 12 –Evaluation Criteria-00001.

Offerors are required to include a completed copy of the provision at 52.212-3—Offeror Representations and Certifications-Commercial Products and Commercial Services, with their proposal/offer.

The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.

The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The clause in its entirety can be found in Attachment 13 – Provisions and Clauses.

All companies must be registered in the System for Award Management at https://sam.gov/content/home to be considered for award.

Questions regarding this announcement must be submitted in writing via email to jessie.l.hight.civ@mail.mil and brittney.l.larimore.civ@mail.mil no later than 07 April 2023, 4:00 P.M. Eastern Standard Time (EST).

RFP closing date and time: No later than 2 May 2023; 4:00 P.M. EST.

Proposals/Offers must conform to the requirements in this announcement and that of Attachment 11, Instructions to Offerors-00001. Proposals/offers are to be submitted via email to jessie.l.hight.civ@mail.mil and brittney.l.larimore.civ@mail.mil.

Pursuant to FAR 15.101-2, contract award will be made using LPTA source selection procedures. The Government will award a contract resulting from this notice to the responsible offerors whose proposal/offer conforming to the notice will be most advantageous to the Government, price and other factors considered. Proposals/offers will be evaluated in accordance with Attachment 12, Evaluation Criteria-00001.

ATTACHMENTS:

Attachment 1 PWS-00001

Attachment 2 PWS CDRLS

Attachment 3 PWS ISA

Attachment 4 PWS Single Report Examples-00001

Attachment 5 PWS Tri-Merge Report Examples-00001

Attachment 6 Ordering Guide (OG)

Attachment 7 OG PWS Template-00001

Attachment 8 OG QASP Template

Attachment 9 OG TO Price WB template

Attachment 10 IDIQ Pricing Workbook

Attachment 11 Instructions to Offerors-00001

Attachment 12 Evaluation Criteria-00001

Attachment 13 Provisions and Clauses

Contact Information

Contracting Office Address

  • CONTRACTING AND ACQUISITION 27130 TELEGRAPH ROAD
  • QUANTICO , VA 22134
  • USA

Primary Point of Contact

Secondary Point of Contact

History