Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- Transcription/Stenographer Service - Attachment A

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-R-00068
 
Archive Date
8/25/2010
 
Point of Contact
Sheri S Brooks, Phone: 202-447-5574, Johnnie D Lewis-Banks, Phone: 202-447-5583
 
E-Mail Address
sheri.brooks1@dhs.gov, johnnie.lewis-banks@dhs.gov
(sheri.brooks1@dhs.gov, johnnie.lewis-banks@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of CLINS and Statement of Work Description (i) 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 Government intends to award a Labor Hour contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-10-R-00068. This requirement is issued as a Request for Proposals (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 561492, and the Small Business size standard is $7,000,000. (v) The Contract Line Item Numbers (CLINS) and Price are: See Attachment A (Schedule of CLINS and Statement of Work). The anticipated date for contract award is August 18, 2010. (vi) The Contractor shall provide transcription and/or stenographer services for designated principals of DHS for events that include, but are not limited to press conferences, speeches, congressional hearings, briefings and panel discussions. These services are required in Washington, D.C. only. Travel will not be reimbursed. (vii) Date of delivery and acceptance: To be determined at time of contract award for a term of a base year plus 4 option years. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document, in the format identified in Attachment A. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability/Experience, Past Performance and Price. Technical Capability/Experience and Past Performance, when combined, are significantly more important than price. NOTE: The Government will consider the option at 52.217-8 to have been evaluated through the evaluation of rates proposed for all contract periods. Offerors should assume that if the Government exercises clause 52.217-8 to extend performance, that the option will be priced at the rates in effect when the option is exercised. Proposals will be evaluated based on their adherence to the requirements set forth in Attachment A - Statement of Work. Note: For evaluation purposes a resume shall be submitted with the Offeror's Proposal. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (APR 2010); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than Friday, August 6, 2010 at 10:00 a.m. Eastern Standard Time. In order to receive responses to questions, Offerors must cite the section, paragraph number, and page number. Offers are due no later than Wednesday, August 11, 2010 at 10:00 a.m. Eastern Standard Time and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Sheri S Brooks, Contract Specialist, (202) 447-5574 / Sheri.Brooks1@dhs.gov or Johnnie Lewis-Banks, Contracting Officer at (202) 447-5583 / Johnnie.lewis-banks@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-R-00068/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02226814-W 20100805/100803235318-17cda273d27baf4f78fe620edc87ceae (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.