Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2004 FBO #0968
SOLICITATION NOTICE

D -- Document Scanning Services

Notice Date
7/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-RFP-04-1058
 
Response Due
8/27/2004
 
Archive Date
9/1/2004
 
Point of Contact
Noreen Pleines, Contract Specialist, Phone 4109653468, Fax 4109669310,
 
E-Mail Address
noreen.pleines@ssa.gov
 
Description
The Social Security Administration (SSA) has a requirement for a contractor to provide document scanning services to support the Agency?s initiative to improve the disability claims process. To support this initiative the contractor shall digitally image paper medical and non-medical evidence, with related activities, including data transmission and electronic and paper document control. Unless otherwise stated in the contract, the contractor shall furnish all management, supervision, labor, facilities, supplies, materials and equipment required to perform the services. Paper documents will be mailed/shipped to the contractor?s scanning facility(ies) by both SSA offices and medical providers. The contractor shall be required to maintain PO Boxes for receipt of work. Services include two processes: 1) in-line scanning for pending SSA disability applications and 2) end-of-line scanning for completed case folders. Imaging shall be done at the contractor?s facility. The contractor's scanning facility(ies) must be located in geographic areas where the service delivery requirements may be achieved allowing for 2 day, first class mail delivery (as provided by United States Postal Service (USPS) Standards) to reach all locations within the contract region(s). Regions are: Northeast Region: MD, VA, WVA, District of Columbia, DE, PA, NJ, NY, RI, CT, MA, VT, NH and ME; Southeast Region: NC, SC, GA, AL, FL, MS and Puerto Rico; Middle U.S. Region: ND, SD, MN, IA, WI, MI, IL, IN, OH, KY, TN, MO, MT, WY, CO, NE, KS; and, West-Southwest Region: NV, UT, AZ, NM, TX, OK, AR, LA, WA, OR, ID, CA, HI, and AK. The contractor shall be required to employ a percentage of people who are receiving disability benefits under Title II or Title XVI of the Social Security Act. All contractor personnel shall be required to undergo complete background investigations to determine suitability for access to sensitive Agency information. A firm-fixed-price contract with indefinite quantity line items will be awarded. The period of performance shall be for one year (12 months in duration), with four one-year options, if exercised. It is anticipated that award will be made in September 2004. Offerors are notified that the acquisition is subject to Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 15.3, Source Selection. The North American Industry Classification (NAICS) code for this requirement is 518210. The size standard is $21.0 million. Potential contractors must be registered in the Central Contractor Registration (CCR) database prior to award of any contract. This is an unrestricted requirement and proposals from all responsible sources shall be considered by the agency. It is anticipated that Solicitation Number SSA-RFP-04-1058 will be available for release on or about July 27, 2004. The solicitation and any related documents for this acquisition will be made available to interested parties through electronic media for downloading via the internet at Federal Business Opportunities (FedBizOpps) at http://www.fedbizopps.gov. No paper copies of the solicitation will be available. Potential offerors shall be responsible for monitoring the internet site for release of the solicitation, amendments (if any), and responses to any questions submitted in accordance with the solicitation provision.
 
Place of Performance
Address: N/A
 
Record
SN00626424-W 20040721/040719212248 (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.