SOLICITATION NOTICE
99 -- Verbatim Hearing Recordings
- Notice Date
- 5/4/2011
- Notice Type
- Presolicitation
- NAICS
- 512210
— Record Production
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants Western Region 8, 1961 Stout Street, Denver, Colorado, 80294, United States
- ZIP Code
- 80294
- Solicitation Number
- SSA-RFQ-R08-11-1006
- Archive Date
- 5/14/2012
- Point of Contact
- Lisa Walker, Phone: 303-844-7344
- E-Mail Address
-
lisa.walker@ssa.gov
(lisa.walker@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Social Security Administration (SSA), Office of Disability Adjudication and Review (ODAR) in Region 8, has a requirement for verbatim hearing recording (VHR) products. SSA intends to issue Solicitation No. SSA-RFQ-R08-11-1006 for the establishment of blanket purchase agreements (BPA) to provide VHR products. The place of performance will take place at various Hearing site locations throughout the States of Colorado, Montana, Utah, South Dakota, North Dakota, Wyoming and Minnesota. The VHR Contractor for an SSA Hearing, before an Administrative Law Judge (ALJ), is responsible for the delivery of a final product consisting of the following: 1.Complete, legible and accurate notes, in the Agency provided software format for digital proceedings, summarizing all aspects of hearing testimony and Administrative Law Judge (ALJ) directives at each hearing proceeding before an SSA ALJ; 2. A complete set of proposed and admitted exhibits offered by the claimant on the day of the hearing, along with any background records associated with the record available at the sites; and 3. A complete audible digital recording, on compact Disc (CD) and c omputer hard drive, of the verbatim record for each hearing proceeding before an SSA ALJ, labeled with the claimant's name, social security number, hearing date and digital recording identification. SSA anticipates the award of multiple blanket purchase agreements (BPA). When the need arises, individual call orders will be issued against the BPA. The anticipated period of performance will not exceed 5 years. This acquisition will be conducted in accordance with FAR Part 12 and 13. This is a 100% small business set aside and the NAICS code for this requirement is 512210. The size standard is 7.0 million. Solicitation No. SSA-RFQ-R08-11-1006 is expected to be published on www.fedbidopps.gov on or about May 10, 2011. Interested parties must respond to the Solicitation in order to be considered for award of any resultant BPA. No telephone requests will be honored. All questions must be submitted in writing via e-mail to Lisa.Walker@ssa.gov. Any amendments or other information relative to the Solicitation will be posted to this website (www.fedbizopps.gov). The successful offerors will undergo a suitability/security background screening which will include completion of fingerprint cards before beginning performance under the BPA. In addition, all prospective offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award. Additional information about CCR can be obtained from their website at http:// www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/SSAR8/SSA-RFQ-R08-11-1006/listing.html)
- Place of Performance
- Address: Various Hearing sites throughout States of Colorado, Montana, Utah, South Dakota, North Dakota, Wyoming and Fergus Fall, Minnesota, United States
- Record
- SN02440140-W 20110506/110504235428-b7a403d5de5449fa22dd50c1fa9defbd (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 |