Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

R -- GRAND JURY AND DEPOSITION COURT REPORTING - RFP

Notice Date
9/11/2008
 
Notice Type
RFP
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Justice, Justice Management Division, Executive Office for the United States Attorneys-EOUSA, 600 E Street, Suite 2400, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
RFP-EOA53-8-0139
 
Archive Date
10/7/2008
 
Point of Contact
Dino Ganpat,, Phone: 2025141098, Elge A. Stevens,, Phone: 202-353-8977
 
E-Mail Address
deonarine.ganpat@usdoj.gov, elge.stevens@usdoj.gov
 
Small Business Set-Aside
N/A
 
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. The Executive Office for United States of Attorney’s (EOUSA) on behalf of the United States Attorney’s Office, Eastern District of New York invites contractors to submit a proposal for services described in the attached statement of work, under the authority of Part 12 of the Federal Acquisition Regulation. Enclosed you will find a Statement of Work for Grand Jury and Deposition Court Reporting Services. Please submit your price and technical proposal by September 22, 2008 4:00 p.m. (EST). This RFP does not obligate the U.S. Government to award a contract, nor does it commit the U.S. Government to pay any cost incurred in preparing and submitting your proposal. The selection process will consist of a Best Value source selection based on key personnel, organizational past performance, organizational experience and price. Under a Best Value source selection, non-price evaluation factors, when combined are significantly more important than price. The EOUSA will not select an offeror for award on the basis of a superior capability without consideration of the offered price. The Proposals shall include the following information: (1) Provide resumes of prospective personnel. The personnel will be the key person(s) expected to perform the tasks identified in the Scope of Work, to include in addition to reporters both administrative and managerial personnel. The resume(s) should reflect the personnel’s security clearance level, training and certifications, if any. (2) Provide up to three (3) references for commensurate projects that are in progress or were completed within the last three (3) years. If a Contractor will be using a subcontractor, up to three (3) references must be provided for the subcontractor as well. References may be from commercial and federal/state Government contracts. The Government reserves the right to check other references not provided by the Contractor. Documentation needs to be provided indicating how quickly the Contractor can replace a court reporter when the scheduled court reporter is unable to perform. The following information is required for each reference: (A) Customer name and address ( also e-mail address) (B) Contract number (C) Point of contact (name, telephone number) for contractual/administrative matters and technical performance. (D) Period of contract performance (E) Description of work performed (3) A summary of the Contractor’s experience demonstrating the contractor’s knowledge and ability to perform the duties and tasks reflected in the Scope of Work. This summary shall not exceed two (2) pages. (4) Price quote as reflected in Section B. This procurement is not a small Business Set Aside. The NAICS code for this solicitation is 561492. The Government estimated value of this contract is $1,000,000 for one base year and four 12 month option years. The precise period of performance will be determined at the time of award. Proposals submitted in response to this RFP will be received in the following manner: via regular mail (please allow additional time for security screening), hand carried, and email. Proposal may also be forwarded by Courier or Overnight Mail Service to the attention of the undersigned at EOUSA. Hand-Carried and Mailing Address: Executive Office for the United States Attorney’s Office 600 E Street, NW, Suite 2400 Washington, DC 20530 Attention: Dino Ganpat E-mail Address: Deonarine.Ganpat@usdoj.gov Proposals that are faxed will not be accepted. Proposals must be received by the closing date and time stated above. Please refer any questions concerning this request to Dino Ganpat at (202) 514-1098 or by e-mail at Deonarine.Ganpat @usdoj.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad96bfe9b58633c73e0a4c11c5f118c4&tab=core&_cview=1)
 
Document(s)
RFP
 
File Name: GRAND JURY AND DEPOSITION COURT REPORTING SERVICES (revised SOLICITATION EDNY.doc (1).doc)
Link: https://www.fbo.gov//utils/view?id=df33a0c6862d731cc684984d56838b32
Bytes: 572.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. COURHOUSE, 225 CADMAN PLAZA EAST, BROOKLYN, NY 11201, U.S. COURTHOUSE, 100 FEDERAL PLAZA, CENTRAL ISLIP, NY 11744, BROOKLYN, New York, 11201, United States
Zip Code: 11201
 
Record
SN01668136-W 20080913/080911231545-ad96bfe9b58633c73e0a4c11c5f118c4 (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.