Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

R -- Verbatim Transcription Services - Wage Determination

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF71006397
 
Archive Date
12/29/2017
 
Point of Contact
Stacy D. Thurman, Phone: 6016343198
 
E-Mail Address
stacy.d.thurman@usace.army.mil
(stacy.d.thurman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination 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. Competitive quotes are being requested under W81EWF71006397. The associated North American Industry Classification System (NACIS) code for the procurement is 561492 (Court Reporting and Stenotype Services and the Small Business size standard is $15.0 million. The U.S. Army Corps of Engineers, Engineer Research and Development Center has a requirement for Verbatim Transcription Services. In order to receive an award, all contractors must be registered in the System for Award Management under above NAICS code. This procurement is being competed as a 100% Small Business Set A-side and in accordance with regulations at FAR Part 12, Acquisition of Commercial Items. The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (a) 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: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the service specified and the ability to meet the Period of Performance. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. Before a complete evaluation of your quote can be made offerors must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222‐38, FAR Clause 52.222‐35, FAR Clause 52.222‐37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set‐aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs-VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program - http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans - Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf Wage Determination No. WD 15-5689 (Rev.-2) is applicable to this acquisition.   PERFORMANCE WORK STATEMENT (PWS) Coastal Engineering Research Board - Verbatim Transcription W81EWF71006397 1. GENERAL: This is a non-personal services contract to provide verbatim transcription for the 94th Coastal Engineering Research Board (CERB) meeting. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform verbatim transcription for the 3 meeting days, as defined herein. 1.2. Objective. To meet the CERB requirements for hosting the 94th meeting as outlined in Section 1.3 Performance Requirement. 1.3. Performance Requirement. • The contractor shall provide verbatim transcription during the Coastal Engineering Research Board Meeting at the Hilton Hawaiian Village, 2005 Kalia Road, Honolulu, HI in the Coral Ballroom #4, on 27-28 June 2017. The CERB Executive Session will be held in the Lehua Suite, on 29 June 2017. The general meeting consists of presentations, questions, and answers of a highly technical nature (with coastal engineering technical terms). Dictation is to be taken continuously from 0800 - 1230 on 27 June and from 0800 - 1700 on 28 June 2017. Morning and afternoon breaks, plus lunch are scheduled. • The Executive Session consists of presentations and discussion among attendees on 29 June 2017. Dictation is to be taken continuously from 0800 - 1200 on 29 June 2017 with the exception of morning break. • Agenda, attendees list, a list of acronyms, plus read a heads will be provided to awardee. • Travel expenses, if applicable, are to be included with quote. Performance Standards: • Accurate Transcription • No substantive or repeated flaws Deliverables: • Transcript, including a condensed version and word index of the Executive Session is due within 10 days of the meeting. A copy is to be e-mailed to the technical POC and COR. • Transcript of General Session, including a condensed version and word index, is due within 30 days of the meeting. A copy is to be e-mailed to the technical POC and COR. 1.4. Period of Performance: The period of performance shall be from Tuesday, 27 June 2017, to noon on Thursday, 29 June 2017. 1.5. Place of Performance: The work to be performed under this contract will be performed at the Hilton Hawaiian Village, 2005 Kalia Road, Honolulu, HI. 1.6 Security Requirements: • Access and General Protection/Security Policy and Procedures. "All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes." • For contractors who do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Performance Requirement Summary (PRS) Statements : To provide verbatim transcription during the Coastal Engineering Research Board (CERB) Executive Session meeting. Standards/AQLs: AQL: 99% No substantive or repeated flaws AQL: 100% Incentive/Remedy: Successful completion of the contract will result in a favorable performance evaluation. Remedy: Gross neglect by the Contractor to successfully complete the task will result in the Contractor either completing or redoing the work at no additional cost to the Government.   CHL_Verbatim Transcription_CERB Executive Session W81EWF70052499 Bid Schedule: Line Item 0001 - Provide Transcription Services From 27-29 June 2017 for the 94th CERB Meeting in Honolulu, HI Total Amount $_________________   In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following apply to this acquisition: 52.203-5 Covenant Against Contingent Fees 52.204-7, System for Award Management Registration (Deviation) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3, Convict Labor 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-1, Biobased Product Certification 52.225-1, Buy American- Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes - Fixed Price 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to stacy.d.thurman@usace.army.mil not later than 09 May 2017 - 4:00 P.M., CST. Oral communications are not acceptable in response to this notice. Please reference W81EWF71006397 in all correspondence. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Contracting Office Address: USACE-ERDC ATTN: CEERD-CT/Stacy Thurman 3909 HALLS FERRY ROAD VICKSBURG, MS 39180-6199 Place of Performance: Hilton Hawaiian Village Hotel 2005 Kalia Rd Honolulu, HI 96815 Point of Contact(s): Stacy Thurman, 601-634-3198 Stacy.D.Thurman@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF71006397/listing.html)
 
Record
SN04491015-W 20170503/170501234547-a1eb8b68196edd59ee4a5189892a8f95 (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.