Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
MODIFICATION

R -- 11 Depositions throughout the US and Isreal

Notice Date
2/27/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
100 F Street, NE, Washington, DC 20549
 
ZIP Code
20549
 
Solicitation Number
08000-14-0007
 
Response Due
2/27/2014
 
Archive Date
8/26/2014
 
Point of Contact
Name: Robert Witherspoon, Title: Contracting Officer, Phone: 2025517319, Fax:
 
E-Mail Address
witherspoonr@sec.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is 08000-14-0007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 561492 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-27 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The Securities & Exchange Commission requires the following items, Meet or Exceed, to the following: LI 001: CLIN 0001 U.S. Transcripts: Nine witness depositions and two expert depostions are anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in the following U.S. cities: New York, Los Angeles, Washington, DC, Reno in accordance with the Statement of Work (SOW). The Contractor shall provide 10 business day delivery (original, one certified copy and one condensed hard copy transcript of each deposition and a diskette of the transcript; all exhibits releated to each transcript will be scanned into searchable PDF, including all marked at the present deposition of exhibits marked at a previous deposition, but mentioned or identified again at the present deposition ; LiveNote(Realtime): for 300 page transcript per day x 11 days x $___ price per page = $_____. Also, include in the LOT price above the following fees: -7 hour days for the court reporter appearance fee ($___); -Draft electronic page copy at $_____ per page; -50 exhibits related to each trascript at $___ per page; processing fee per transcript., 1, By Dollars; LI 002: CLIN 0002 Israel Transcripts: Nine witness depositions and two expert depostions are anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in Israel (Tel Aviv), in accordance with the Statement of Work (SOW). The Contractor shall provide 10 business day delivery (original, one certified copy and one condensed hard copy transcript of each deposition and a diskette of the transcript; all exhibits releated to each transcript will be scanned into searchable PDF, including all marked at the present deposition of exhibits marked at a previous deposition, but mentioned or identified again at the present deposition ; LiveNote(Realtime): for 300 page transcript per day x 11 days x $___ price per page = $_____. Also, include in the LOT price above the following fees: -7 hour days for the court reporter appearance fee ($___); -Draft electronic page copy at $_____ per page; -50 exhibits related to each trascript at $___ per page; processing fee per transcript., 1, By Dollars; LI 003: CLIN 0003 U.S. Videographer Services: Nine witness and two expert depositions througout the United States anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in the following U.S. cities: New York, Los Angeles, Washington, DC, Reno in accordance with the Statement of Work (SOW). The Contractor shall provide synched DVD and LiveNote (Realtime) and digitization of video which will be necessary in preparation for trial. Video with synched DVD-$ ___HR x 7 hours each x 11 day (77 hours) including set up to be delivered in an MPEG-1 video file with LEF file for loading into LiveNote. Also, include in the LOT price: -Videographers appearance fee (9:00am -5:00pm)-$____; -Video synch per tape with transcript-$______., 1, By Dollars; LI 004: CLIN 0004 Israel Videographer Services: Nine witness and two expert depositions througout the United States anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in Israel (Tel Aviv) in accordance with the Statement of Work (SOW). The Contractor shall provide synched DVD and LiveNote (Realtime) and digitization of video which will be necessary in preparation for trial. Video with synched DVD-$ ___HR x 7 hours each x 11 day (77 hours) including set up to be delivered in an MPEG-1 video file with LEF file for loading into LiveNote. Also, include in the LOT price: -Videographers appearance fee (9:00am -5:00pm)-$____; -Video synch per tape with transcript-$______., 1, By Dollars; LI 005: CLIN 0005 U.S. Hebrew Interpreter Services for each deposition: Eleven depositions in the U.S. for 7 hours daily at the daily rate of $_____ x 11 days =$____. Services are anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in the following U.S. cities: New York, Los Angeles, Washington, DC, Reno in accordance with the Statement of Work (SOW)., 1, By Dollars; LI 006: CLIN 0006 Israel Hebrew Interpreter Services for each deposition: Eleven depositions in Israel for 7 hours daily at the daily rate of $_____ x 11 days =$____. Services are anticipated to be conducted between the dates of March 3, 2014 and September 30, 2014 in Israel (Tel Aviv) in accordance with the Statement of Work (SOW)., 1, By Dollars; LI 007: CLIN 0004 Israel(Tel Aviv)Other Direct Costs (ODC's): To include ODC's of taxi's, meals, (other ODC's). The total cost for nine days will be $________ (include as line item amount). As an attachment, list separately, the ODC's costs detail for the court reporter, videographer, and interpreter for Israel., 1, By Dollars; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Securities & Exchange Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Securities & Exchange Commission is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.) and Israel, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management(SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. In order to be elgible for award, the Offeror must be currently registered in SAM.gov and have completed the representations and certifications (FAR Report). Bid MUST be good for 30 calendar days after close of Buy. The Offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Evaluation Criteria/Basis of Award - Sellers understand that FedBid ranks all bids by price; however, pursuant to appliciable acquisition regulations, Buyers may use criteria other than price to evaluate offers. Accordingly, please not that, unless otherwise specified in the Buy Terms, below, ot the exntnt required by appliciable regulations, award will be made to the responsible Seller whose offer conforming to the soliciitation will be mose advantegous to the Buyer on the basis of price, technical capability, delivery, past performance and Other Direct Costs (ODC's). The anticipated dates of service will be from March 3, 2014 through September 30, 2014. The period of performance of the purchase order will be for one year from the date of award. Sellers shall enter three documents to supplement thier bid submission. The attachments shall be uploaded via FedBids seller attachment feature. Each Offeror shall provide: a) thier technical capability (15 page limit) to demonstrate thier understanding of the statement of work within the specified delivery timeframes and providing depositon support services; and b) past performance information (15 page limit) that demonstrates relevant and recent past performance; and, c) Other Direct Costs for Israel. Failure to provide the technical capability, past performance, and Other Direct Costs for Isreal will deem the Sellers Bid submission to be unacceptable and it will not be considered. The Government may require continued performance of any services within the limits and at the rates specified in the Purchase Order. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the options by written notice to the Contractor within the current period of performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/08000-14-0007/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN03298428-W 20140301/140227234632-e74d0ff61662e9b23199b6e593fd1492 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.