DOCUMENT
S -- Court Reporting and Transcription Services - Attachment
- Notice Date
- 4/30/2015
- Notice Type
- Attachment
- NAICS
- 561492
— Court Reporting and Stenotype Services
- Contracting Office
- Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 Keystone Crossing;Fayetteville AR 72703
- ZIP Code
- 72703
- Solicitation Number
- VA25615N0614
- Response Due
- 5/29/2015
- Archive Date
- 7/28/2015
- Point of Contact
- Claude Humphrey
- E-Mail Address
-
4-5006<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs (VA) is conducting Market Research to obtain information regarding potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of performing Court Reporting and Transcription Services within the geographical area covering Veterans Integrated System Networks (VISN) 16. This is a Request for Information (RFI) SOURCES SOUGHT ANNOUNCEMENT ONLY; This is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this Sources Sought Announcement must be in writing. The NAICS code for the subject Court Reporting and Transcription Services is 561492 - Court Reporting and Stenotype Services at $15.0 million size standard Description: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA), South Central VA Health Care Network, Network Contracting Office (NCO) 16 Affairs has a requirement for Court Reporting Transcription Services (including verbatim transcription services) to be provided throughout VISN 16 on an "as needed" basis for Administrative Investigation Boards (AIBs), hearings that are convened by the Medical Center Directors when allegations of patient abuse, employee misconduct, questionable clinical care, etc. are made. Court Reporters shall be used to provide verbatim transcript testimony of complainants and witnesses during interviews. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and any other items and non-personal services necessary to perform Court Reporting and Transcription Services that shall consist of providing video services, deposition rooms, transcripts, compact discs (CDs), electronic copy of transcripts and Digital Versatile Disc (DVD) for depositions, and related proceedings, etc. Transcription services shall include, but shall not be limited to attending investigation and/or fact-finding conference, transcribing testimony, proofing, preparing a verbatim transcript, printing, duplicating, and delivering transcriptions of a wide variety of proceedings including, but not limited to, legal proceedings, depositions, arbitration hearings, personnel grievances and appeals, conferences, and committee meetings. Transcripts must be in accord with American Court Reporting standards: the transcript will include an index sheet, each page will be numbered, and printable on 8 and ½ by 11 inch standard paper with no greater than 1 inch margin on all sides. The Government shall not exercise any supervision or control over the service providers performing the contracted services. Service providers shall be accountable solely to the Contractor who, in turn shall be responsible to the Government. Court Reporting and Transcription Services shall be performed at the following facilities within VISN 16: SOUTH CENTRAL VA HEALTH CARE NETWORK (VISN 16) FACILITIES Central Arkansas Veterans Health Care System 4300 West 7th Street Little Rock, ARVeterans Health Care System Of The Ozarks 1100 North College Avenue Fayetteville, AR Alexandria VA Healthcare System 2495 Shreveport Hwy 71 Pineville, LAOverton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LASoutheast Louisiana Veterans Health Care System 1601 Perdido Street New Orleans, LA Gulf Coast Veterans Health Care System 400 Veterans Avenue Biloxi, MSG.V. Sonny Montgomery VA Medical Center 1500 E Woodrow Wilson Jackson, MS Jack. C. Montgomery VA Medical Center 1011 Honor Heights Dr. Muskogee, OKOklahoma City VA Medical Center 921 Ne 13th Street Oklahoma City, OK Michael E. Debakey VA Medical Center 2002 Holcombe Blvd Houston, TX Anticipated Performance Period: Base one (1) year period of performance, plus up to four (4) one (1) year extension option periods. Capability: List which facility your company can support (support of every facility in not required, as this is just to see capabilities coverage). Indicate if your firm can provide the required services as summarized herein. COURT REPORTING AND TRANSCRIPTION SERVICES VISN 16 FACILITIESCan ProvideCan Not Provide Location # 1Central Arkansas Veterans Health Care System Location # 2Veterans Health Care System Of The Ozarks Location # 3Alexandria VA Healthcare System Location # 4Overton Brooks VA Medical Center Location # 5Southeast Louisiana Veterans Health Care System Location # 6Gulf Coast Veterans Health Care System Location # 7G.V. Sonny Montgomery VA Medical Center Location # 8Jack. C. Montgomery VA Medical Center Location # 9Oklahoma City VA Medical Center Location # 10Michael E. Debakey VA Medical Center Identify any portion of the work that can be subcontracted out (possible subcontracting opportunities):_________________________________________ _________________________________________ _________________________________________ Questions: Requests for information regarding this RFI must be submitted to the Contracting Officer in writing (email is acceptable). Any interested offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing. All questions must be submitted in writing to: Claude Humphrey (claude.humphrey@va.gov) No Later Than, 3:00 p.m., Central Standard Time (CST) five (5) days before/prior to the Closing Date mentioned herein the Sources Sought. No phone responses will be accepted. NOTE: All questions must reference the RFI # and Description of the project in the Header or Opening Statement. Submittal of Interest: Interested and capable firms are requested to provide the above mentioned information to the attention of the Contracting Officer identified herein. E-mail submissions will be acceptable at claude.humphey@va.gov. Submissions should be submitted no later than 3:00 p.m., Central Standard Time (CST) on May 29, 2015. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Responses to this notice shall include the following information: a)Company's name b)Company's address c)Company's point of contact d)Company's phone, fax, and email address e)Company's DUNS number and Cage Code f)Company's Tax ID Number g)Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS codes 561492 h)Federal Supply Schedule number (if applicable) i)Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement stated in the Statement of Work (SOW); to include the following: (i) documentation showing conformance with Federal, State and/or local regulations (ii) documentation of prior completed Government contracts, references, and other related information. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) website, located on at www.sam.gov. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Disclaimer: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Synopsis Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential offeror's responsibility to monitor FedBizOpps and E-buy for release of any future solicitation that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please list any comments and/or concerns you may have regarding this Sources Sought Announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/VA25615N0614/listing.html)
- Document(s)
- Attachment
- File Name: VA256-15-N-0614 VA256-15-N-0614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2018696&FileName=VA256-15-N-0614-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2018696&FileName=VA256-15-N-0614-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-15-N-0614 VA256-15-N-0614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2018696&FileName=VA256-15-N-0614-000.docx)
- Record
- SN03716146-W 20150502/150430235710-415236dc0495e1a0d2d904875882a182 (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 |