Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2014 FBO #4604
SOLICITATION NOTICE

99 -- Closed Captioning Real-Time Live and Transcription Services - PWS QASP PRS

Notice Date
7/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-4100-0001-000
 
Point of Contact
Valerie N. McKinney, Phone: (301) 222-6540, Leila S. Miller, Phone: (301) 222-6031
 
E-Mail Address
valerie.mckinney@dma.mil, leila.miller@dma.mil
(valerie.mckinney@dma.mil, leila.miller@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments contain Closed Caption and Transcription Services PWS, QASP, and PRS. Synopsis and Solicitation Reference Number HQ0516-4100-0001-000 is being issued as a Request for Quote (RFQ) and incorporates the word "Offeror". This is a combined synopsis and solicitation for Closed Captioning Real-Time Live Simultaneous services via the installed HD 9084HDTV Caption Encoder, Transcription (Live) Services, and Transcription (Pre-Recorded) Services inclusive of minimum 95% accuracy rate for live services and minimum 95% accuracy rate for pre-recorded services with maximum five (5) seconds delay during caption services. This is a Performance Based Acquisition services prepared in accordance with the format in FAR Subpart 37.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. (1) Attachments contain the Performance Work Statement, Quality Assurance Surveillance Plan, and Performance Requirements has been attached for Closed Captioning, Real-Time Live/508 Compliance, Transcription (Live), and Transcription (Pre-Recorded) Services for the deaf and hearing impaired. (a) NAICS 561492; small business size standard is $14.0M. (b) Offeror must be registered within the System for Award Management (SAM) database at the time an order is issued and throughout performance. FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL SERVICES AND COMMERCIAL ITEMS (i) Offerors may use their own price schedule forms as long as the line item numbers correlates with this solicitation contract line item numbers (CLINs). (ii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion the technical evaluation factors are: (a) Technical, (b) Past Performance, and (c) Lowest Price Technically Acceptable. Technical evaluation will be based on product specifications in compliance with Government specifications. (3) QUOTES MUST BE RECEIVED NOT LATER THAN 2:30 PM EASTERN STANDARD TIME 10 JULY 2014 IN ORDER TO BE CONSIDERED. Quotes may be emailed to valerie.mckinney@dma.mil or sent via fax to (301) 833-4948. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (4) Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (JUL 2009) with Alternate 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 - Base Period QTY: 12 months (01 Aug 2014 to 31 Jul 2015) (up to 1,560 hours) DESCRIPTION: THE CONTRACTOR SHALL PROVIDE CLOSED CAPTIONING REAL-TIME LIVE/SIMULTANEOUS/508 COMPLAINT SERVICES IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN, AND PERFORMANCE REQUIREMENTS. CLIN 0002 - Base Period QTY: 12 months (01 Aug 2014 to 31 Jul 2015) (up to 300 hours) TRANSCRIPTION SERVICES, WRITTEN TRANSCRIPTS WITHIN TWENTY-FOUR (24) HOURS, IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN AND PERFORMANCE REQUIREMENTS. CLIN 0003 - Base Period QTY: 12 months (01 Aug 2014 to 31 Jul 2015) (up to 100 hours) TRANSCRIPTION (PRE-RECORDED) SERVICES, WRITTEN TRANSCRIPTS WITHIN SEVENTY-TWO (72) HOURS, IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN AND PERFORMANCE REQUIREMENTS. CLIN 1001 - Option Year 1 QTY: 12 months (01 Aug 2015 to 31 Jul 2016) (up to 1,560 hours) DESCRIPTION: THE CONTRACTOR SHALL PROVIDE CLOSED CAPTIONING REAL-TIME LIVE/SIMULTANEOUS/508 COMPLIANT SERVICES AND TRANSCRIPTION SERVICES IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN, AND PERFORMANCE REQUIREMENTS. CLIN 1002 - Option Year 1 QTY: 12 months (01 Aug 2015 to 31 Jul 2016) (up to 300 hours) TRANSCRIPTION SERVICES, WRITTEN TRANSCRIPTS WITHIN TWENTY-FOUR (24) HOURS, IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN, AND PERFORMANCE REQUIREMENTS. CLIN 1003 - Option Year 1 QTY: 12 months (01 Aug 2015 to 31 Jul 2016) (up to 100 hours) TRANSCRIPTION (PRE-RECORDED) SERVICES, WRITTEN TRANSCRIPTS WITHIN SEVENTY-TWO (72) HOURS, IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT, QUALITY ASSURANCE SURVEILLANCE PLAN, AND PERFORMANCE REQUIREMENTS. It is the responsibility of all interested Offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the Offeror by the Government. GSA Prices and Open Market will be considered. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government will issue a contract to the responsible Offeror, with acceptable technical specifications, past performance, and lowest priced technically acceptable. Contract will include the following referenced clauses that can be accessed electronically www.arnet.gov : FAR 52.204-7 System for Award Management FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.209-1 Qualifications Requirement FAR 52.209-3 First Article Approving - Contractor Testing FAR 52.209-4 First Article Approving - Government Testing FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) FAR 52.212-3 Offeror Representation and Certification - Commercial Items FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-1 Alternate I Small business Representations FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.222-1 Notice to the Government of Labor Disputes FAR 52.222-49 Service Contract Act - Place of Performance Unknown FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) FAR 52.249-4 Termination for the Convenience of the Government (Services) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.237-7005 Performance and Delivery (DEC 1991) DFARS 252.237-7006 Subcontracting (DEC 1991) DFARS 252.237-7007 Termination for Default (DEC 1991) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfc77d0a0dacbe257a58e38057bbf459)
 
Place of Performance
Address: Remote Location, United States
 
Record
SN03411690-W 20140703/140702002207-bfc77d0a0dacbe257a58e38057bbf459 (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.