Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

R -- R - Professional, administrative, and management support services

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-04-Q-MSA07
 
Response Due
7/8/2004
 
Archive Date
7/23/2004
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511,
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-04-Q-MSA07 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This procurement is small business set-aside. The associated North American Industry Classification System (NAICS) code is 561410 and the small business size standard is $6.0 million. PERIOD OF PERFORMANCE: The period of performance shall be 12 months from date of award and 4 one-year options periods. REQUIREMENT: The Internal Revenue Service (IRS), Small Business/Self Employed (SB/SE) Division, Learning & Education (L&E) function requires contractor support for word processing of developed technical course material. This course material shall be processed using Information Mapping software that uses that ?chunking? of information to transform the course material into a readable education format. BACKGROUND: Learning and Education Compliance NCFB Group has responsibility for a variety of courses and classes including CPE and specialty programs. Material for these classes varies in size from 500 hundred pages to several thousand. Total material for the contract year will range from 15,000 to 24,000 pages. Approximately 90% of the material will be available in electronic format containing handwritten edits on the accompanying hardcopy. This material requires word processing (editing, formatting, spell checking, etc.) and must be processed using Information Mapping software. SCOPE AND PURPOSE: The IRS shall provide the course material as it is developed. The contractor shall word process the work and return to IRS for review within two weeks of receipt. The IRS will review the material, and return to the contractor for corrections. These corrections shall be completed in 3 business days. All material produced by the contractor is subject to final approval by IRS. The IRS will batch the course material in batches of 500 ? 3,000 pages. The contractor shall be located in the Washington, DC metropolitan area, as there may be occasions where a courier is needed for prompt turnaround of the materials. IRS estimates that at least 90% of the developed course material will exist in an IMS word and require conversion to information mapping format. Small amounts of handwritten edits may also be included. A small percentage (approximately 10%) may require typing into the information mapping format. The final product will be course material formatted in Information Mapping and delivered as one hard copy and one CD-Rom per course. All materials developed under this award are the property of the IRS. Any materials developed for use on a personal computer must comply with section 508 requirements. Work shall be performed at the contractor?s location. GOVERNMENT FURNISHED MATERIALS: The IRS shall provide course materials in an electronic format and access to technical personnel for guidance. The Government will award a purchase order 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 factors shall be used to evaluate offers: 1) Contractor must have at least 10 years experience in routinely and primarily word processing materials specifically using the Information Mapping software; 2) Past performance ? Offeror must provide name/telephone number of three (3) references of same/similar services that the Government may contact; 3) Offeror shall provide sample of work and 4) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer ? Central Contractor Registration, 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Service; 52.217-9, Option to Extend the Term of the Contract. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 15 days from the posted date of this announcement. The government intends to award a firm fixed price order, per page processed, and billed on a monthly basis. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1511/1512 or email Sharlene.A.Hagans@irs.gov.
 
Place of Performance
Address: Washington, DC Metropolitian area
Country: USA
 
Record
SN00609792-W 20040626/040624212616 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.