Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOURCES SOUGHT

R -- Court Reporting Services for multiple locations

Notice Date
11/30/2010
 
Notice Type
Sources Sought
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
 
ZIP Code
20585
 
Solicitation Number
DE-AC52-11NA30171
 
Archive Date
3/31/2011
 
Point of Contact
Krystal Maestas, Phone: (505) 845-4268, Catherine Waters, Phone: (505) 845-6478
 
E-Mail Address
KMaestas@doeal.gov, CWaters@doeal.gov
(KMaestas@doeal.gov, CWaters@doeal.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Nuclear Security Administration (NNSA) Service Center's (SC) Personnel Security Department (PSD), Kirtland AFB, New Mexico, is seeking to identify Contractors that can provide court reporting services to assist in the NNSA Administrative Review process in accordance with Title 10, Code of Federal Regulations, Part 710.26 "Criteria and Procedures for Determining Eligibility for Access to Classified Matter or Special Nuclear Material - Conduct of Hearings" (10 CFR 710.26). Contractors shall be able to provide court reporting services by a licensed state-certified court reporter at all NNSA sites. NNSA sites are located in Albuquerque, NM; Los Alamos, NM; Amarillo, TX; Las Vegas, NV; Oakland, CA; Livermore, CA; Oak Ridge, TN; Savannah River (Aiken), SC; and Kansas City, MO. On occasion, as approved by the COR, the Contractor shall be available to travel to other DOE locations. The Government envisions Contractors having the capability of providing a court reporter at each location with minimal travel. Administrative Review hearings shall be transcribed verbatim to establish an official record as well as provide both hard and electronic copies to the PSD in Albuquerque, NM within 30 calendar days from the record closing. It is estimated that court reporters would perform services at approximately 90 administrative review hearings each year at the various locations listed above. Work may include either classified or unclassified data therefore the contractor and their employees performing or assisting with this service must be able to obtain and maintain a Department of Energy (DOE) "Q" clearance prior to work being assigned and conducted. The contractor is responsible for providing all materials, supplies, and equipment necessary to perform this work with the exception of classified work. The Government will furnish the contractor with a computer for classified use and appropriate classified facilities at the NNSA SC located at Kirtland Air Force Base, New Mexico or at other locations, as appropriate, for processing classified work in accordance with NNSA standards, local security regulations and rules of conduct. The NNSA SC has not determined what type of contract will be awarded at this time. Input acquired from this sources sought will assist in making this determination. Any resultant contract award is anticipated to be for a five (5) year period. Based on responses received from Contractors, the Government reserves the right to set-aside this acquisition for participation by small businesses or 8(a) firms. Interested small businesses must indicate whether they qualify as a small business firm under the North American Industry Classification System (NAICS) Code 561492 "Court Reporting and Stenotype Services" with a size standard of $7.0 million. In accordance with FAR Part 19.508(e) and FAR Clause 52.219-14, small business firms must perform a minimum of 50% of the described services as the prime contractor. Interested contractors shall submit a statement of capability (SOC) that addresses the following areas: (1) Demonstrate their ability to perform court reporting services in accordance with 10 CFR 710.26; (2) Have the ability to provide licensed state-certified court reporters at the locations listed above; (3) Address whether court reporter travel will be required from the contractor's location to the work site or if court reporters will be available at each site necessitating only local travel requirements; (4) Provide relevant work experience and demonstrated familiarity with the Administrative Review hearing process in accordance with 10 CFR 710; (4) Name, professional qualifications, and specific experience of contractor project officer/program manager staff(s) who would oversee the requirement; (5) Business size (small/large) and qualifications to perform court reporting services under NAICS Code 561492 with a size standard of $7.0 million; (6) Identify DUNS and Cage Code numbers and whether contractor is registered in the Central Contractor Registration (CCR) database; (7) Identify use of subcontractors or others to fulfill the scope of work as summarized above; (8) Identify any difficulties in providing firm fixed unit pricing to support an entire five (5) year period; and (9) Contractor POC (name, work phone, e-mail address, business location). Any responses received not addressing all of the above requirements will be rejected. This is not a Request for Quote (RFQ) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the Contractor and will not be charged to the Government for reimbursement. Market research is being conducted at this time for the sole purpose of determining interest and capability of potential sources currently available to meet the needs of the NNSA/SC PSD. Availability of any formal solicitation will be announced separately. It is anticipated that the NNSA may award a contract(s) based from the information acquired in this sources sought within FY2011. SUBMISSION INSTRUCTIONS: Interested Contractors are requested to submit a package no later than 3:30 p.m. MST on 03 January 2011. All information sought should be conveyed in 25 pages or less. Responses shall include one (1) original hard copy and mailed to DOE/NNSA, Office of Business Services, Attn: Krystal Maestas, P.O. Box 5400, Albuquerque, NM 87185 and one (1) electronic copy submitted via email to kmaestas@doeal.gov. No extensions to the above submittal date will be authorized. Contracting Office Address: National Nuclear Security Administration Service Center Office of Business Services P.O. Box 5400 Albuquerque, NM 87185 Primary Point of Contact: Krystal Maestas Contract Specialist Phone: (505) 845-4268 Fax: (505) 284-7122 Email: kmaestas@doeal.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC52-11NA30171/listing.html)
 
Place of Performance
Address: NNSA sites are located in Albuquerque, NM; Los Alamos, NM; Amarillo, TX; Las Vegas, NV; Oakland, CA; Livermore, CA; Oak Ridge, TN; Savannah River (Aiken), SC; and Kansas City, MO. On occasion, as approved by the COR, the Contractor shall be available to travel to other DOE locations., United States
 
Record
SN02335255-W 20101202/101130234024-01f482c2bbe511d76c3db2d8b46f850c (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.