Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOURCES SOUGHT

R -- The Contracting Center of Excellence (CCE), Army Contracting Agaency (ACA) intends to procure transcription services on behalf of the Defense Office of Hearings and Appeals

Notice Date
5/15/2009
 
Notice Type
Sources Sought
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-90-R-0089
 
Response Due
5/19/2009
 
Archive Date
7/18/2009
 
Point of Contact
Linda Jackson, 703-000-000<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(linda.jackson@hqda.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Hoffman Building II, on behalf of the Defense Office of Hearings and Appeals, intends to procure transcription services using a Hub Zone certified small business set-aside, small business set-aside, or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only Hub Zone Small Business concerns and Small Businesses are to submit capability packages. Interested Hub Zone Small Businesses concerns and Small Businesses that are certified and qualified as a Hub Zone, or small business concern in NAICS code 561492 with a size standard of 7M are encouraged to submit their capability packages. Capability packages must not exceed 10 pages in length and must be submitted electronically. Hub Zone Small Business Concerns and Small Businesses are to outline their experiences in the following area: Verbatim transcription services experience. In areas or tasks where a contractor does not have prior experience should be annotated as such. NOTE: The following questions must be answered and elaborated on as part of the capability package: (1) Describe both corporate and individual employee prior experience with verbatim transcription services in Federal, State, Military or Local Court settings. (2) Demonstrate your ability to cover multiple hearings on the same day in different locations throughout the United States and on occasion outside the United States. In addition, the following questions must be answered and elaborated on as part of the capability package: (1) Does your firm have the work experience similar in nature, scope, complexity and difficulty or work as specified the PWS:. (2) Past Performance-Does your firm have the relevant past performance within the last 36 months (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed)? If at least two responsible hub zones certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 19 May 2009, 12:00 PM, EST, the requirement will be solicited as a 100% set-aside for Hub Zone certified small business concerns. If two or more Hub Zone certified small businesses are not found capable and there are at least two or more Small businesses that are found capable, this requirement will be solicited as a 100% set-aside for service disabled veteran owned business concerns. If there are not at least two or more of the aforementioned categories found capable, but there are at least two small businesses that are found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement (insert name of the POC). A Firm Fixed Price type contract is anticipated. The anticipated period of performance will be 9 June 2009 thru 8 June 2010 with a Base Year and Four (4) twelve-month Option Periods. The place of performance will be the Contractors facilities. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 19 May 2009. The RFP must be retrieved and downloaded from CCEs homepage at: https://acquisition.army.mil/asfi/ select the desired RFP and click on the Process- button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Linda Jackson Contract Specialist, at email address: Linda.Jackson6@conus.army.mil, or Contract Officers Mr. Carl V.Campbell, at phone number 703-428-0164. Performance Work Statement (PWS) For Court Reporting and Transcription Services For The Defense Office of Hearings and Appeals (DOHA) PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to provide reporting services and verbatim transcripts for hearings, personal appearances, and other Defense Office of Hearings and Appeals (DOHA) proceedings, regardless of nomenclature, held in the United States and military installations overseas by DOHA, or by any person or persons designated by DOHA as defined in this PWS except as specified in Part 3 as government furnished property and services in support of DOHA. The contractor shall perform to the standards in this contract. 1.2 Background: DOHA is authorized to conduct hearings in security clearance cases involving contractor personnel; personal appearances in security clearance cases involving DoD military and civilian personnel; hearings concerning trustworthiness of individuals to perform sensitive duties and in cases assigned for alternative dispute resolution; hearings in cases arising under the Individuals with Disabilities Education Act (IDEA) in DoD Domestic Dependent Elementary and Secondary Schools and in DoD Dependent Schools to provide a free appropriate education to eligible disabled children; and in hearing cases involving claims for TRICARE payment of medical benefits or provider status. Court reporting services may be required for each of these proceedings, which are held throughout the United States and on military installations overseas. Average length for proceeding is from one (1) to three (3) work days (approximately 95% of the time), occasionally longer. More than one proceeding may be held simultaneously at different locations and the contractor will be responsible for their coverage. 1.3 Objectives: The objective of this contract is to produce verbatim transcripts of DOHA hearings and related proceedings. 1.4Scope: Contractor shall provide court reporting and transcription services. 1.5Period of Performance: The period of performance shall be for a Base Year and 4 - Option periods of 12 consecutive months each. The Period of Performance reads as follows: Period of Performance: 1. Base Year: 09 June 2009 -08 June 2010 2. Option Year 1: 09 June 2010 08 June 2011 3. Option Year 2: 09 June 2011 08 June 2012 4. Option Year 3: 09 June 2012 08 June 2013 5. Option Year 4: 09 June 2013 08 June 2014 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, -Performance Requirements Summary-. After acceptance of the quality control plan the contractor shall receive the contracting officers acceptance in writing of any proposed change to his QC system. Contractors QC Plan is due within 10 calendar days after contract award. 1.6.2 Quality Assurance: The government shall evaluate the contractors p performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.4 Recognized Holidays: The contractor is not required to work on the following days: New Years DayLabor Day Martin Luther King Jr.s BirthdayColumbus Day Presidents DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.6 Type of Contract: The government anticipates award of a Firm Fixed Price contract. 1.6.7.1 PHYSICAL Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.4 Conservation of Utilities. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.11 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel: Travel orders and per diem will be issued separately from the contract for proceedings that are held outside the continental United States 1.6.14 Security Clearance: None Required. 1.6.15 ACCOUNTING FOR CONTRACT SERVICES -The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address --http://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9) Actual data collection cost; (10) Organization title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As a part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period with be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database service or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. PART 2 DEFINITIONS & ACRONYMS PWS. Performance Work Statement Contracting Officers Representative (COR). A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor CCE. Contracting Center of Excellence Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: The government shall provide, the facilities, equipment, materials, and/or services listed below. 3.3 Services: 3.3.1 Utilities. All utilities in the facility will be available for the contractors use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. 3.4 Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. 4.2. Court reporters must have a valid passport/visa obtained at their own expense. PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. The contractor shall provide services for court reporting and transcription services: 5.1.1 The Contractor may subcontract for work to be performed outside the Washington, DC metropolitan area. For the purposes of this contract the Washington, DC metropolitan area@ is considered to include any point within 25 miles of the nearest boundary of the District of Columbia measured by a straight line. If subcontractors are used, the Contractor shall assure that its subcontractors are aware of, and comply with, the provisions of this contract. 5.1.2 The Contractor shall perform all work in a professional business-like manner and according to the best standards of the reporting profession. The Contractor shall at all times promptly provide as many competent reporters and maintain such staff and equipment as may be necessary for the prompt furnishing of verbatim transcripts 5.1.3 The assigned reporter shall report to the Presiding Official at least 15 minutes before the designated time for the start of the proceeding. At all times the reporter shall follow the instructions of the Presiding Official in matters affecting the composition of the record, adjournment to other times or places, the hours of hearing, and similar matters. 5.1.4 If, after notice of a proceeding, the Contractor does not appear at the time and place specified for the proceeding, the Presiding Official may call in a substitute and the Contractor shall reimburse the Government for expenses over and above those which would have been incurred if the Contractor had properly performed the work. The Government may deduct such expenses and other damages from any other sums due or that may become due the Contractor. 5.1.5 The Contractor shall furnish all necessary supplies, paper, fastening, tags, typewriters, word processors, recording equipment, notebooks, envelopes and other supplies and materials necessary to perform the work required under this contract. 5.1.6 To the maximum extent practical, when requested by the Presiding Official, the Contractor shall assign the same reporter or, in the case of lengthy hearings, the same group of reporters to hearings lasting more than one day. 5.1.7 The contractor shall provide a phone number where a responsible party can be reached during business hours. If the contractor uses a telephone answering service or machine, the contractor shall return calls immediately, but in no case later then 11:00 a.m. (Eastern Standard Time), on the next working day. 5.2 REPORTING METHODS AND ACCURACY 5.2.1 Reporting. Testimony may be recorded by steno type machine, stenomask or other professionally accepted electronic sound recording systems as provided for in subparagraph c below. Everything spoken during a session shall be reported and incorporated into the transcript, unless the Presiding Official directs otherwise. This shall include a record of appearances, with the names and identification of the parties who actually testify, or speak, at the proceeding or who request the entering of their appearances, together with all testimony, arguments, ruling, and such other matters as may be directed by the Presiding Official to be included. Unless so designated by the Presiding Official, nothing spoken at the proceedings shall be Off the record.@ No part of the proceedings, notes of which have been taken, shall be omitted from the record unless the Presiding Official so directs. 5.2.2 Accuracy of Transcript. The Contractor shall be responsible for furnishing complete transcripts which accurately provide a verbatim record of the proceedings. The reporter is responsible for the correct spelling of names, technical terms and other expressions that may not be known by the reporter. If the transcript is to be typed by someone other than the reporter, the reporter shall obtain and pass to the transcriber the correct spelling of names, technical terms and other expressions that may not be known by the transcriber. Where material errors attributable to the Contractor=s performance appear in the transcript (i.e., those which change or obscure the meaning of the testimony, but not including typographical errors if the intended meaning is clearly evident, such as Athier@ for Atheir@ or the for Athe,@ etc.), the Presiding Official may require the Contractor to correct the errors and furnish the corrected transcript within five (5) calendar days after receipt of notification, and without additional cost to the Government, regardless of the delivery time the original order specified. 5.2.3 Electronic Sound Recording System. Electronic sound recording systems may be used provided they are capable of accurately recording the proceedings under adverse conditions that frequently exist (e.g., air conditioning sound, interference from certain types of lighting or traffic background noise). Unless approved in advance by the Presiding Official, electronic sound recording systems which require the wearing or holding of microphones or the location of microphones and wires so as to impede free movement about the hearing room or ready reference to exhibits are not acceptable and shall not be used. When electronic sound recording systems are used, backup equipment must be immediately available. Electronic sound recording systems must be of such quality as to insure against error, misinterpretation or loss of voice. Equipment must be operator monitored from a separate monitor head to insure a proper recording and include a simultaneous playback listening, preamplification and speaker identification facilities. The Contracting Officer's Representative (COR) will be authorized to give approval of electronic sound recording systems in the event the Presiding Official is unavailable. 5.2.4 Retention of Notes and Tapes. The Contractor shall retain and properly safeguard any stenographic notes and/or electronic recording tapes taken by the reporter at a hearing, from which the transcript or proceedings have been prepared, along with one copy of the transcript for a period of at least one (1) year after the conclusion of a recorded proceeding. 5.2.5 Loss of Testimony. If because of mechanical breakdown, negligence or any cause subject to reasonable control by the Contractor, testimony must be retaken because it was lost, destroyed, or otherwise not recorded and/or retained, the Contractor shall provide the services necessary to retake and transcribe the testimony without additional charge to the Government. 5.2.6 Transcript Certification. The reporter shall complete and the Contractor shall attach at the end of each transcript the certification indicated in Attachment 3. When the transcript is transcribed by a person other than the reporter present at the hearing, the transcript shall be proofread against the reporter=s notes and/or recordings. The accuracy of the transcript shall be certified to as indicated in Attachment 3. The certification also shall be attached at the end of the transcript. 5.3 EXHIBITS 5.3.1 Marking 5.3.1.1 Except as otherwise directed by the Presiding Official during the proceeding: 5.3.1.2 The reporter shall mark and number exhibits in the lower right corner when offered for identification and/or admitted in evidence. 5.3.1.3 When documentary exhibits are too small to mark or when marking would obliterate writing, printing, etc., the exhibit shall be securely mounted on a letter-size (8-1/2 x11 inches) sheet of heavy manila paper and the mounting sheet shall be marked. The Contractor shall also, with pen and ink, mark the exhibit with the identifying number. 5.3.1.4 When physical exhibits, such as films, cannot be legibly and permanently stamped and marked upon their surfaces, the reporter shall tag or affix to each such exhibit an adhesive tape surface sufficient to receive proper authentification. 5.3.1.5 Copying. Documents shall not be copied into the record unless the Presiding Official so directs. 5.3.1.5.1 Numbering. The numbering of exhibits introduced at a proceeding or in a reopened case shall follow consecutively the number on the last previous exhibit. Appellant/applicant exhibits shall be marked A-1, A-2, A-3, etc. Government exhibits shall be marked G-1, G-2, G-3, etc. 5.3.1.6 Custody. Exhibits marked for identification shall remain in custody of the attorneys until received in evidence. Exhibits received in evidence and rejected exhibits shall remain in the custody of the reporter during the course of the hearing. The reporter shall not release any such exhibit except upon direction by the Presiding Official, in which case the reporter will be furnished a receipt. In no case shall any exhibit be released until it has been properly marked by the reporter. At the close of the proceeding the Presiding Official will retain exhibits received in evidence or rejected. During the time between the close of the hearing and forwarding of exhibits, no person shall be permitted to withdraw exhibits except upon direction of the Presiding Official. 5.3.1.7 Delivery. Exhibits not retained by the Presiding Official, may be delivered to the DOHA with the transcript. Before being delivered, exhibits shall be arranged by the reporter in numerical order in each series, properly marked and bound in separate covers for each series. If the numerical sequence is broken by exhibits having been withdrawn, or by absence of any exhibits for any reason, a memorandum or a 8 2@ x 11 inch sheet shall be inserted by the reporter in the place of each missing exhibit, stating its nature, how numbered and marked, the reason for its absence and its custodian. 5.4 HOURS, OVERTIME, CANCELED AND DELAYED HEARINGS 5.4.1 Hours and Overtime. Reporting services resulting from this contract shall cover proceedings held between the hours of 8:00 a.m. and 6:00 p.m., Monday through Friday, except Federal holidays, at the basic prices quoted in the contract. The contractor shall be required to work overtime when requested to do so by the Presiding Official or COR. A differential rate of 50% for overtime shall be allowed for attending proceedings scheduled on Saturdays, Sundays, Federal holidays, and from 6:01 p.m. to 7:59 a.m., Monday through Friday. The differential will be applied to the Contractor=s page prices. Differential rates for each day will be computed by adding the 50% supplement to all pages reported in the above references time periods. Requests for overtime pay shall be approved by the Presiding Official or the COR. Contractor must pay employees in accordance with the Service Contract Act. However, the Government will pay the contractor overtime pages at one and one-half times the unit rate bid in price schedule. 5.4.2 Information to Reporters. The Contractor shall assure: (1) that each reporter is fully aware of DOHA's occasional need for extending a proceeding session beyond the normal work day; (2) that each reporter is aware of the additional compensation available when such services are required and used; and (3) that, in fact, such benefits do accrue to the reporter when these after-hours services are necessary. 5.4.3 Attendance Fees. 5.4.3.1 When a reporter puts in an appearance at the time and place designated for a proceeding and it is held, canceled, delayed or postponed, the contractor is guaranteed a minimum payment. Notice of cancellation of a scheduled hearing shall be given before 5:00 p.m. of the business day prior to the hearing date. Inadequate notice shall be sufficient to support an appearance fee. In case of a proceeding outside of the United States, a minimum payment is guaranteed when the reporter is on site for each scheduled hearing. 5.4.4 TRANSCRIPTS 5.4.4.1 Typewriting and Materials. 5.4.4.1.1 All transcripts shall be printed or typed in black ink, 10 letters to the inch and except for the colored cover sheets all transcripts shall be made on white paper of good quality. White paper shall be 8 2 by 11 inches with a ruled margin of 1 3/4 inches at the left side and a ruled margin of 3/8 inch at the right side. Typewriting or printing shall be 25 lines to the page, with two single spaces between lines except for cover sheets and caption pages. Names of Counsel shown on the caption page(s) and addresses applicable thereto shall be single spaced with two single spaces between each name and address, the name being indented 1 2 inches from the left marginal line, for ease of identification. Paper shall be punched with two holes 2 inch in diameter in the left (side) margin of the paper, such holes to be 3/8 inch from the left edge of the sheet, 8 2 inches from center to center of the hole, and the two holes centered on the paper. Numbers from 1 to 25 shall be printed at the left of the left marginal line so that the typewritten lines of the transcript (where two single spaces are made between each line) being opposite the appropriate number to permit rapid calculation of the number of lines on the page. 5.4.4.1.2 All printing or typewriting, except for titles, or captions which are centered or otherwise placed on the page for balance or which are indented as herein provided for ease of identification, shall be as close to the left marginal line on each page as possible and shall extend as near as possible to the right marginal line, words being properly hyphenated when necessary. 5.4.5 Legibility of Copies. In the event one or more copies are found to be illegible, the Contractor agrees to correct same or replace with acceptable copies promptly after receipt of notification, and without additional cost for such replacement. 5.4.6 Style and Content. 5.4.6.1 The reporter shall begin each transcript with a title page (Attachment 1) which shall set forth the title of the proceedings, the name and title of the Presiding Official, the time the proceeding commenced, the place of hearing, and the names and addresses of counsel appearing at the proceeding. After this shall follow the table of contents (Attachment 2). Then shall follow the verbatim record of the proceedings in order of presentation. 5.4.6.2 The table of contents shall show the page numbers at which the opening statements and closing arguments of counsel begin; the page numbers at which direct, cross, redirect, etc., examination of each witness begins, together with the names of such witnesses; and the page numbers at which exhibits are marked for identification and the page numbers at which exhibits are received in evidence. 5.4.6.3 Transcript pages shall be numbered in the upper right corner above line number 1. The last name of the witness whose testimony is recorded in the page shall be shown in the center of the page parallel to the page number. The name and page number shall not count as a line for payment purposes. 5.4.6.4 The numbering of the pages of the transcript shall be in a single series for each proceeding day. Each daily transcript shall have a volume number which is the same as the proceeding day (e.g. transcript for day one will be volume 1; day 3 - volume 3, etc.). Both the volume and page number will be shown in the upper right page corner (e.g. 2-35) or in Arabic numerals. The numbering of pages of the transcript of a further proceeding shall follow consecutively the paging of the previous proceeding in the same proceeding, unless otherwise directed by the Presiding Official. 5.4.7 Number of copies: 5.4.7.1. One (1) original and one (1) copy of an accurate verbatim transcript of the proceedings, unless otherwise requested, shall be provided, with the original always directed to the Presiding Official, and delivered to the appropriate hearing office and, in all industrial security cases the copy of the accurate verbatim transcript shall be delivered to the applicant or his/her attorney/personal representative as directed by the Presiding Official at an address also indicated by the Presiding Official within five (5) work days from the conclusion of the proceedings. The address for the three Hearing offices is as follows: (a.)Presiding Official Washington Hearing Office 4015 Wilson Blvd., Suite 1100 Arlington, VA 22203 (b.)Presiding Official Western Hearing Office 21820 Burbank Blvd., Suite 250 Woodland Hills, CA 91367 (c.)Presiding Official Boston Hearing Office Development Bldg #4, Room D-107A Kansas Street Natick, MA 01760-5055 5.4.7.2 In all personal appearances cases the original and copy of the accurate verbatim transcript of the proceedings shall be directed to the presiding official and delivered to the appropriate hearing office with in five (3) work days from the conclusion of the proceeding. 5.4.7.3 In all other DOHA proceedings, unless otherwise specified, both the original and copy of accurate verbatim transcript of the proceedings shall be directed to the Presiding Official and delivered to the appropriate hearing office with five (5) work days from the conclusion of the proceeding. 5.4.7.4 The contractor shall complete expedited orders and deliver the transcribed preceding to the DOHA and applicant no later than three (3) work days after receiving the order for expedited transcription. 5.4.7.5 In the event the Presiding Official decrees the transcript to be inaccurate to such a degree that it must be rejected, a corrected copy should be furnished within five (5) calendar days. 5.4.8 Confidentiality: The contractor shall ensure that all persons involved in providing Court Reporting Services are aware of their obligation to hold inviolate and in strict confidence any and all information gained during these Proceedings. 1 BEFORE THE 2UNITED STATES DEPARTMENT OF DEFENSE DEFENSE OFFICE OF HEARINGS AND APPEALS 3WASHINGTON OR WESTERN HEARING OFFICE 4 5 6IN RE: 7LAST, FIRST MIDDLE NAME SSN: 8 Applicant 9 ) ) DOHA OSD Case No. 10 11Address hearing held Date 12Time 13 14BEFORE: 15FIRST MI LAST NAME, Administrative Judge 16APPEARANCES: 17For the Government: 18 FIRST MI LAST NAME, Department Counsel 19 For the Applicant: 20 FIRST MI LAST NAME, 21 22 23 24 25Reporter: 1I N D E X 2WITNESSESPAGE 3 4 5 6 7 8 9 10 11 12E X H I B I T S 13NumberDescriptionPage 14 15 16 17 18 19 20 21 22 23 24 25 1CERTIFICATION OF TRANSCRIPT 2 3This is to certify that the attached proceedings 4before Administrative Judge (NAME), 5Department of Defense, Defense Legal Services Agency, 6Defense Office of Hearings and Appeals, 7Washington or Western Hearing Office, in the matter of 8 (Applicant's Name) at (Location of Hearing), on 9 (Date of Hearing), were had as therein appears, and 10that this is the original transcript thereof for the files of 11the Department of Defense. 12We, the undersigned, do hereby certify 13that this is a true, accurate and complete transcript 14prepared from the tape made by electronic recording by 15 (Name)Official Reporter, on the aforementioned 16date, and have verified the accuracy of the transcript 17by comparing the typewritten transcript against the verbal 18recording. 19 20 21Date: Transcriber 22 23 24Proofreader 25 PART 6 APPLICABLE PUBLICATIONS 6.1 N/A TECHNICAL EXHIBIT 1 Performance Requirements Summary Performance Objective StandardPERFORMANCE THRESHOLD Method of Surveillance PRS # 1 Contractor shall be responsible for furnishing complete transcripts which accurately provide a verbatim record of the proceedings. PWS paragraph 5.2.2 Contractor furnished complete transcripts which accurately provided a verbatim record of the proceedings.No more than three customer complaints received. Validated Customer Complaint. TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DELIVERABLEFREQUENCY# OF COPIESMEDIUM/FORMATSUBMIT TO CORRECTED TRANSCRIPT PWS PARA 5.2.2WITHIN FIVE (5) CALENDAR DAYS AFTER RECEIPT OF NOTIFICATION1PAPER, CDROMCOR TRANSCRIPT PWS 5.4.7.1WITHIN FIVE (5) WORK DAYS FROM THE CONCLUSION OF THE PROCEEDINGS1 ORIGINAL 1 COPYPAPER, CDROMCOR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-90-R-0089/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 200 Stovall Street, Hoffman Bldg II, Room 11S67 Alexandria VA<br />
Zip Code: 22331<br />
 
Record
SN01819824-W 20090517/090516161526-3af68f736575f640d3389b116a0aee85 (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.