SOLICITATION NOTICE
R -- Court Reporting Services, IN
- Notice Date
- 7/15/2025 1:30:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561492
— Court Reporting and Stenotype Services
- Contracting Office
- DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
- ZIP Code
- 432131152
- Solicitation Number
- HQ042325QE079
- Response Due
- 7/21/2025 8:00:00 AM
- Archive Date
- 08/05/2025
- Point of Contact
- Miranda Amir, Laura B. Price, Phone: 6147013929
- E-Mail Address
-
Miranda.J.Amir.civ@mail.mil, Laura.B.Price7.civ@mail.mil
(Miranda.J.Amir.civ@mail.mil, Laura.B.Price7.civ@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- REQUEST FOR QUOTATIONS INSTRUCTIONS TO VENDORS/EVALUATION FACTORS Defense Finance and Accounting Service (DFAS) is issuing a Request for Quotation (RFQ) for the services specified in the attached Statement of Work (SOW). This requirement is Full and Open Competition, with no set-aside. Quotation evaluation will be conducted in accordance with FAR Part 13, with the intention to award a firm fixed price (FFP) contract to one vendor. Quotations must be received by email to Miranda J. Amir at miranda.j.amir.civ@mail.mil by 11 a.m. EST, Monday, 21 July 2025. Extensions will not be provided. IMPORTANT REMINDER: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/SAM/. Registration in this system is required in order to be awarded a contract. PLEASE NOTE: Attachment 2: Schedule of Items, must be completed and returned by the deadline, for award consideration. A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive the purchase/task order for this service. 1. Description/Intent of Work to be Performed: The intent of the Agency is to secure the services of a Court Reporter for a Hearing currently scheduled for three (3) days, 12 August 2025 � 14 August 2025, (this hearing is anticipated to last only three days). Tasking, deliverables and pertinent details in Statement of Work (attached separately) and Schedule of Items Table (attached separately). 2. Location of Work to be Performed: Defense Finance and Accounting Service (DFAS) �Office of General Counsel, Indianapolis, IN. (Refer to Statement of Work � attached separately). 3. Anticipated Period of Performance or Delivery Schedule: Event is currently scheduled for 12 August 2025, starting at 9:00 am � 5:00 pm (EST). Due to nature of the hearing the date/time for the hearing to start may be moved up or delayed and sessions may be continued from day to day or to some unknown time, as such, the current period of performance will be from 12 August 2025 to 30 September 2025. 4. Prices: A firm-fixed price quote is to be made. However, unit prices per day, after 5:00 pm rate and rate per page will also be provided as the nature of requirement is subject to change due to unpredictable length of this hearing. Items to address in your quote: It is expected that a full day (8 hrs. each day) will be required, and quotes should address a day rate. Although not anticipated but due to the nature of the requirement, unit pricing is requested for rate per hour and hours requested beyond 5:00 pm. The unit prices provided will be used as the basis for any modification to any resultant contract if required. The prices will not be part of the total price calculated for the initial award. Any other rates not listed are considered incidental and should be included in the unit prices for descriptions in the Schedule of Items Table. Failure to provide rates for all description items may result in quote being found non-conforming. All vendors must also complete the accompanying attachment entitled �FAR 52.204 provisions.� This document includes FAR provisions FAR 52.204-24 and FAR 52.204-26. Failure to fully complete and return this form will result in exclusion from consideration. 5. Basis for Selection: Lowest Price Technically Acceptable (LPTA). The Government will award a single FFP contract to the Contractor whose quote is determined to conform to the solicitation and provide the LPTA on an all or none bases. 6. Invoicing and Payment: Invoices shall be submitted as a 2-in-1 invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.323-7006 Wide Area Workflow (DEC 2018). It is the Contractor�s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. 7. Wage Determination: The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference (FAR 52.212-5). Wage Determination No 2015-4787, Revision No. 29, dated 05/07/2025 is applicable to this solicitation and may be viewed at https://www.beta.sam.gov/ 8. Provisions and Clauses: The Government intends to include the following FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://www.acquisition.gov/ and can also be found in Attachment 3 for reference.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c35f2c1c7abc4e96bd12ca6dcba472ce/view)
- Place of Performance
- Address: Indianapolis, IN 46249, USA
- Zip Code: 46249
- Country: USA
- Zip Code: 46249
- Record
- SN07509616-F 20250717/250715230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |