Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
MODIFICATION

Z -- REPOSTING SERVICES

Notice Date
2/16/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 20999
 
ZIP Code
22102
 
Solicitation Number
1022-721301
 
Response Due
2/21/2007
 
Archive Date
8/20/2007
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1022-721301 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $5M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-02-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, WITHIN WASHINGTON, D.C. AREA Transcribing Services during an 8 Hour Period Normally between 9:15 AM and 6:16 PM (One Hour Unpaid Lunch Break) Monday through Friday. This scheduled work time may change upon sufficient notice (i.e. prior to release from duty the previous evening), provided the change is for a continuous eight hour period occuring anytime between 8:00 AM to 8:00 PM., 2800, HR; LI 002, WITHIN WASHINGTON, DC AREA Providing continuous Transcribing Services and related services during an 8-hour period normally between the hours of 9:15AM to 6:15 PM, Saturdays, Sundays and National Holidays. (One Hour Lunch not included) the 8-hour period may upon sufficient notice (i.e. prior to release from duty the previous evening) fluctuate to any continuous 8 hour block, between 8:00 AM and 8:00 PM., 200, HR; LI 003, OUTSIDE WASHINGTON, DC AREA Transcribing Services and related services during an 8-hour period normally between the hours of 9:15 AM to 6:15 PM, Monday through Friday, (1-hour lunch not included). The 8-hour period may upon sufficient notice (i.e., prior to release from duty the previous evening) fluctuate to any continuous 8-hour block, between 8:00AM to 8:00 PM., 100, HR; LI 004, OUTSIDE WASHINGTON, DC AREA Providing Continuous transcribing services and related services during an 8-hour period normally between the hours of 9:15 AM to 6:15 PM Saturdays, Sundays and National holidays. (One-hour lunch not included). The 8-hour period may upon sufficient notice (i.e. prior to release from duty the previous evening) fluctuate to any continuous 8-hour block between 8:00 AM to 8:00 PM., 100, HR; LI 005, OVERTIME Transcribing and Related Services Outside, or in addition to the 8-hour Period. Monday - Friday., 189, HR; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Frederick Washington at washingtonfj@state.gov or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. “The U.S. Department of State intends to issue a sole source award to Diversified Reporting Services. The State Department has an urgent and continuing need for transcription services. The services of this vendor will be used as a bridge while this requirement is re-competed. No proposals are being solicited nor will any be accepted from this posting.” NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-37128, n-5135)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1022-721301/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01234428-F 20070218/070216230523 (fbodaily.com)
 
Source
FedBizOpps 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.