Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
SOLICITATION NOTICE

R -- WSMR EEO Court Reporter Services

Notice Date
9/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-14-Q-CRPT
 
Response Due
9/15/2014
 
Archive Date
11/2/2014
 
Point of Contact
Regina Belford, 575 678-1931
 
E-Mail Address
MICC - White Sands Missile Range
(regina.c.belford.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Fed Biz Ops W9124Q-14-Q-CRPT NAICS 541519 Synopsis/Solicitation for Equal Employment Opportunity (EEO) Office, White Sands Missile Range, NM This is a combined synopsis/solicitation for commercial service 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) and the reference number is W9124Q-14-Q-CRPT. The Offeror must propose on all or none basis. Detailed proposals are required (oral offers will not be accepted). Submission of proposals must be in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items. The Equal Employment Opportunity (EEO) office at White Sands Missile Range (WSMR) has a requirement to procure Court Reporter Services. Please see attached Performance Work Statement for further details and the bid schedule. This will be a 1 base year period plus 4 one year option periods. The Government will award a Blanket Purchase Agreement (BPA) resulting from this solicitation to the responsible offeror whose offer is the Best Value - Lowest Price Technically Acceptable for the Government that conforms to the solicitation. Instructions to offerors. Submited proposals shall be limited to 3 pages. Discuss in your proposal your minimum notice of availability and documentation delivery time. Please include CAGE Code, DUNS, Tax Identification Number, and Discount Terms. This is a Small Business set-aside competition. The NAICS Code is 561492 (Court Reporter and Steno Service) with a size standard of $14 Million. The bid schedule will be as follows: CLIN 0001:Hearing / Transcription Service_______ Per Page (2 transcripts included) CLIN 0002:Copies, B&W Exhibits_______ Per Page CLIN 0003:Copies, Color Exhibits_______ Per Page CLIN 0004:Copies, Electronic Transcript (CD, ASCII, Email._______Each Over and above those in CLIN 0001) CLIN 0005:Hourly Fee (when no transcript is requested)_______Per Hour CLIN 0006:Mailing Service (ie. Fed Ex) _______Each CLIN 0007:Contractor Manpower Reporting_______Each Submissions must include sufficient information and detail to allow a complete technical review. Proposals that do not include sufficient technical information will be considered non-responsive and may not be considered for award. To receive an award resulting from this RFP, Offerors must be registered in the DoD System for Award Management (SAM) database, no exceptions. To register, please visit https://www.sam.gov/. The following clauses and provisions are applicable to this solicitation: The following FAR and DFAR clauses and provisions are applicable to this solicitation. FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the service offered to meet or exceed the Government's requirement and (2) price. The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding Purchase Agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-4 Contract Terms and Conditions -- Commercial Items (Jul 2013) 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-7 System for Award Management (SAM) (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management (SAM) Maintenance (July 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2013) 52.216-19 Order Limitations (Oct 1995) 52.217-5 Evaluations of Options (Jul 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates of Federal Hires (May 1989) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232.36 Payment by Third Party (Jul 2013) 52.232.37 Multiple Payment Arrangements (May 1999) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 525.201-7000 Contracting Officer's Representative (Dec 1991) 252.203-7000 Requirement relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7003 Agency Office of the Inspector General (Dec 2012) 525.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-0001 Line Item Specific Single Funding (DFAS Payment Instruction) 252.204-7004 Alternate A, System for Award Management (May 2013) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.216-7006 Ordering (May 2011) 252.232.7003 Electronic Submissions of Payment Requests and Receiving Reports (Jun 2012) 252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006) 252.232-7010 Levies on Contract Payments (Dec 2006) 5152.209-4000 DOD Level 1- Anti-Terrorism Full text of these clauses may be found at http://www.arnet.gov/far. Offers must be received no later than 12 Sep 2014, 3:00 p.m. (MST). Offers must be sent electronically by email. The Point of Contact for this solicitation is Regina Belford, regina.c.belford.civ@mail.mil. Phone: 575-678-1931. Attachments: PWS - Court Reporter WD 05-2512 Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4696559df69ad35c675bf8bb3396b1c8)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03494197-W 20140905/140904000509-4696559df69ad35c675bf8bb3396b1c8 (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.