Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

R -- Court Reporting and Transcription Services

Notice Date
12/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-08-RQ-0091
 
Response Due
12/28/2007
 
Archive Date
2/26/2008
 
Point of Contact
Monae D. Heath 937-262-2152
 
E-Mail Address
Email your questions to Contract Spec.
(Monae.Heath@va.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (1) This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-552-07-RQ-0091. (2) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, Effective on June 30, 2007. (3) The North American Industry Classification System (NAICS) is 561492. The small business size standard is $6.5 million. (4) This procurement is a 100% small business set-aside. (5) The quotation shall consist of the following Contract Line Item Numbers (CLIN): BASE YEAR: CLIN Description UNIT UNIT PRICE 0001 Transcribe proceedings for the Dayton VA Medical Center HR 0002 Original Copy of Transcript PG 0003 Additional Copies of Transcript PG 0004 Messenger or Overnight Delivery Charges EA Option Yr. 1: CLIN Description UNIT UNIT PRICE 0005 Transcribe proceedings for the Dayton VA Medical Center HR 0006 Original Copy of Transcript PG 0007 Additional Copies of Transcript PG 0008 Messenger or Overnight Delivery Charges EA Option Yr. 2: CLIN Description UNIT UNIT PRICE 0009 Transcribe proceedings for the Dayton VA Medical Center HR 0010 Original Copy of Transcript PG 0011 Additional Copies of Transcript PG 0012 Messenger or Overnight Delivery Charges EA Option Yr. 3: CLIN Description UNIT UNIT PRICE 0013 Transcribe proceedings for the Dayton VA Medical Center HR 0014 Original Copy of Transcript PG 0015 Additional Copies of Transcript PG 0016 Messenger or Overnight Delivery Charges EA Option Yr. 4: CLIN Description UNIT UNIT PRICE 0017 Transcribe proceedings for the Dayton VA Medical Center HR 0018 Original Copy of Transcript PG 0019 Additional Copies of Transcript PG 0020 Messenger or Overnight Delivery Charges EA Option Yr. 5: CLIN Description UNIT UNIT PRICE 0021 Transcribe proceedings for the Dayton VA Medical Center HR 0022 Original Copy of Transcript PG 0023 Additional Copies of Transcript PG 0024 Messenger or Overnight Delivery Charges EA STATEMENT OF WORK The Contractor shall provide all labor, management, material, equipment, facilities and whatever else may be needed, except otherwise provided herein, to provide court reporting and transcription services on an "as needed" basis for the Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428. The Contractor must be available to provide court reporting services with 48 hours prior notice during emergency situations. CONTRACT CLAUSES 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 address: http://farsite.hill.af.mil/ (End of clause) 52.212-4 Contract Terms and Conditions-Commercial Items. (Feb 2007) and the following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-9 Personal Identity Verification of Contractor Personnel. (Sept 2007) 52.232-18 Availability of Funds. (Apr 1984) 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984) 52.212-2 Evaluation - Commercial Items (Jan 1999) (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 factors shall be used to evaluate offers: Lowest price technically acceptable. Technical and past performance, when combined, are approximately equal to price. (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. (End of Clause) 52.217-9.1 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 within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 years. (End of Clause) 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from January 1, 2008 through December 31, 2012. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50, 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 $10,000; (2) Any order for a combination of items in excess of $10,000; or (3) A series of orders from the same ordering office within seven 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 _____ days 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. (End of Clause) Availability of Funds During a Continuing Resolution Funds are not presently available for performance under this contract beyond December 14, 2007. The Government's obligation for performance of this contract beyond the date identified above 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 for performance under this contract beyond December 14, 2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Nov 2007) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (End of clause) This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number VA-552-07-RQ-0091 and emailed to the Point of Contact Listed below or sent by facsimile to (937) 262-5974, no later than, December 28 at 10:00 am Eastern Standard Time (EST). The point of contact for this procurement is Monae D. Heath, Contracting Specialist, Department of Veterans Affairs, VISN 10 Contracting Office (NBC), 4100 W. 3rd Street, Dayton, OH 45428. Email: Monae.Heath@va.gov. Phone: (937) 262-2152. FAX: (937) 262-5974.
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
Zip Code: 45428
Country: United States of America
 
Record
SN01462098-W 20071205/071203223423 (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.