Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

R -- Court Reporting Services - Attachment 1 - Pricing Worksheet - Attachment 3 - TSA MD 3700.4 - Attachment 2 - Past Performance Questionnaire - RFP HSTS03-09-R-CSL029

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS03-09-R-CSL029
 
Archive Date
9/30/2009
 
Point of Contact
Gladys M Wilks, Phone: 571-227-4637
 
E-Mail Address
gladys.wilks@dhs.gov
(gladys.wilks@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Request for Proposal HSTS03-09-R-CSL029 (Past Performance Questionnaire) HSTS03-09-R-CSL029 (TSA MD 3700.4) HSTS03-09-R-CSL029 (Pricing Worksheet) 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. The solicitation number is HSTS03-09-R-CSL029 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 apply to this acquisition and the contract provisions and clauses are also incorporated in the attached RFP. The associated North American Industrial Classification System (NAICS) code for this procurement is 561492 with a small business size standard of $7.0 million. This requirement is a HUBZone set-aside and only qualified offerors may submit bids. CONTRACT TYPE TSA intends to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) to support the Office of Chief Counsel (OCC). Individual delivery orders will be issued under this contract. The contract ordering period will be five years. Maximum contract amount is estimated to be $4,000,000. PLACE OF PERFORMANCE Continental United States (CONUS) and Off-Continental United States (OCONUS) TSA identified locations. PERIOD OF PERFORMANCE 1 October 2009 - 30 September 2014 BACKGROUND TSA's Office of Chief Counsel (OCC) participates in various legal proceedings in which a verbatim transcript is required. These proceedings include employment litigation before the U.S. Merit Systems Protection Board (MSPB) and the U.S. Equal Employment Opportunity Commission (EEOC), civil enforcement proceedings involving fines for violations of transportation security regulations before a Coast Guard Administrative Law Judge, and the adjudication of government contract performance disputes and contract award protests before the Federal Aviation Administration's Office of Dispute Resolution for Acquisitions. Generally, court reporting services will be needed for depositions conducted during the discovery phase of the litigation. Additionally, court reporting may be required for the legal proceeding itself. In the case of hearings before the EEOC, federal regulations require the Agency, in this case TSA, to provide the court reporting services for the duration of the proceeding. Because these proceedings may take place at any of more than 430 locations where TSA operates, OCC identified the need for a contract that can provide consistent, quality, and timely court reporting at any location needed. See the attached RFP for details Questions related to this combined synopsis/solicitation shall be received by TSA no later than 31 August 2009 by 9:00 AM EST. All questions shall be submitted via e-mail to Gladys Wilks at gladys.wilks@dhs.gov. No telephone requests will be accepted. Proposals shall be submitted via e-mail to Gladys Wilks at gladys.wilks@dhs.gov no later than 10 September 2009 by 9:00 AM EST. All inquires must be via e-mail to the person specified in the solicitation. All answers will be provided in writing via posting to the FBO. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. DISCLAIMER: The official solicitation is located on an official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted on the FBO page. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors' responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the reference web pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-09-R-CSL029/listing.html)
 
Place of Performance
Address: Continental United States (CONUS) and Off-Continental United States (OCONUS) TSA identified locations., United States
 
Record
SN01928131-W 20090828/090827001751-12c62ec17994f9b52fc2f5bc102e7cba (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.