Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

R -- Translation/Transcription and Transcriber/Court Reporter Services

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW11R0066
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
Constance Finnegan, (609) 562-7040
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(constance.finnegan@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number for the Request for Proposal (RFP) is W91WAW-11-R-0066. The provisions and clauses in the RFP are those in effect through FAC 2005-50. This acquisition is a HUBZONE Small Business Set Aside. NAICS code 541930 size standard $7,000,000.00 applies. See the attached RFP W91WAW-11-R-0066 for a list of contract line items, quantities and unit measures (including options). The Army Contracting Command-National Capital Region (ACC-NCR), on behalf of the Department of Defense Office of the Inspector General (DoDOIG), Arlington, VA is issuing this combined synopsis/solicitation to provide Translation/Transcription and Transcriber/Court Reporter Services. The expected period of performance is one base period 1 July 2011 - 30 June 2012 with four (4) each one (1) year options. Place of performance: Contractor's facility unless otherwise specified to be at 400 Army Navy Drive or various DoD OIG locations as identified by the Government. Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, which is incorporated by reference. Contract Terms and Conditions-Commercial Items and FAR 52.212-1 Addendum. FAR 52.212-2 Evaluation Commercial Items and Addendum is applicable and the Government intends to award a firm fixed price contract to the responsive and responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and with acceptable past performance. The following factors shall be used to evaluate offers: Sub-factor 1 - Understanding of the Requirements, Sub-factor 2 - Experience and Sub-factor 3 - Quality Control Plan. Offerors must have current information posted on the Online Representations and Certifications Application (https://orca.bpn.gov/) or include completed copies of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. Contract Terms and Conditions-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items are applicable. Attachment(s): 1) RFP W91WAW-11-R-0066 The response date and time for offers is no later than 16 JUN 2011 @ 4:00 PM EST. Offers must be signed, dated and submitted electronically to constance.a.finnegan.civ@mail.com Vendors not registered in Central Contract Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register online at http://www.ccr.gov. Point of Contact: Constance Finnegan constance.a.finnegan.civ@mail.com All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. ORCA registration for online representation and certification application (ORCA) may be viewed via the internet at www.bpn.gov. Offers may include a complete copy of the provision at FAR 51.212-3 with their offer, which can be downloaded from the internet. Offerors that fail to furnish the required representation information via submission or ORCA registration, may be excluded from consideration. PLEASE NOTE: All contractual and technical questions must be submitted in writing (e-mail only) to Constance Finnegan at constance.a.finnegan.civ@mail.com not later than 10:00 AM 14 June 2011. Telephone questions will not be accepted. Potential offerors will be responsible for downloading a copy of this combination synopsis/solicitation, attachments and amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bee79e00c797a5411c0410a556898056)
 
Record
SN02462404-W 20110604/110602234640-bee79e00c797a5411c0410a556898056 (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.