SOLICITATION NOTICE
R -- Transcription Services
- Notice Date
- 6/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M0026411T0183
- Response Due
- 7/15/2011
- Archive Date
- 8/15/2011
- Point of Contact
- Virginia Rhodes (703) 784-3509
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. Contract award resulting will be a Firm-Fixed Price (FFP) Contract. This announcement constitutes the only solicitation. The solicitation and all supporting information is included in this posting. The solicitation document and the incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 31. This procurement is issued as a 100% total small business set-aside. The applicable North American Classification System (NAICS) Code for this acquisition is 561410. The applicable size standard is $7 million. Schedule of Services: CLIN 0001: Transcription Services Qty “ 300 hours This work effort is to transcribe 300 recorded hours of oral history and combat interviews covering a wide range of topics and subjects. The interviews are not classified. The contractor may not release any of the transcribed pages to anyone but the U. S Government, the Marine Corps History Division. The original recordings will be returned to History Division upon completion with the transcribed interviews on CDs. Statement of Work: Transcription Services Background To conduct a well-rounded history program, Marine Corps History Division (the government) collects a wide variety of oral history interviews. In recorded form, these interviews are difficult to use and cannot be electronically searched. Transcribing the interviews into written documents is the key element in making oral histories useful for writers and historians. The transcripts are a vital part of the official historical and operational record of the Marine Corps and are stored in the Marine Corps Archives. Objectives Accurately transcribe 300 interview hours of oral history interviews. Scope Because the Marine Corps transcribes only 10 “ 15% of all interviews, accuracy is a very critical element. Inaccurate transcription could materially change the content, thus rendering the transcription useless. Additionally, greater accuracy increases the transcript ™s versatility to the Marine Corps. Transcriptions are placed in the Oral History files for use and uploaded to the Marine Corps Sharepoint data base. Although government property, the transcripts or original recordings may not be released to any other government agency; the contractor must return all transcripts and original recordings to History Division. Tasks Contractor ™s price quote shall be per recorded (interview) hour; not by page, transcribing hour, character or line. Demonstrate prior experience in transcribing military oral history interviews. Marine Corps experience is preferred. Include round trip postage costs in the bid. The interview files are copied to compact discs (CD). The contractor must return to the government the original interview CDs. Transcriptions of oral history interviews must be accurate and comply with specified formats (provided). The government expects to review sample transcriptions during the task to maintain quality control. If the quality of a recording is so poor or there is so much background noise that the interview is difficult to hear or understand, the contractor should skip that recording and note that in a tracking file. Skip interviews that cannot be readily understood to avoid expending resources on unintelligible material. Work from video, cassette,.dss,.ds2 and.wav files. Oral history interviews often contain sensitive (not classified) operational or personal information. Contractor must control all personally identifiable information contained in the interviews and protect under current regulations and public laws. Return all sound recordings to the government. Provided by the Government The government provides a current acronym and terminology list. The contractor will be expected to research and decipher any acronyms not on the list, add to the acronym list and return a copy of the updated list to the government at the conclusion of the contract. Upon contract award, the government provides an example Word document template for the title page and instructions on formatting specifications. Deliverables The contractor shall deliver via email, interview transcripts using MS Word which meet formatting specifications with minimal errors in terminology, content and acronym use. The contractor will be expected to pace their work by providing at least 6 hours of audio transcription per week. The work effort is complete after all transcripts have been emailed and upon the return of the original CDs containing the interviews. Period of Performance The period of performance is no more than 150 calendar days after delivery to the contractor of the recorded interviews. Instructions: QUESTIONS: Offerors may submit questions requesting clarification of solicitation requirements. All questions must be received by 10:00 am, EST, 07 July 2011. No questions will be responded to after the cutoff date. All questions must be submitted to Ms. Virginia Rhodes @ virginia.rhodes@usmc.mil. Instructions for Submissions of Proposals Proposals must be submitted no later than 2:00 pm, EST, 15 July 2011. All proposals shall be submitted to the below address, unless the offeror elects to provide submission electronically to virginia.rhodes@usmc.mil. UPS/FedEx Commanding General Regional Contracting Office “ NCR Attention: Virginia Rhodes 2010 Henderson Road Marine Corps Base Quantico, VA 22134 FAXED 703-784-5908 Attention: Ms. Virginia Rhodes NOTE: The electronic and/or hard copy of your proposal must be received by the deadline in order to be considered. Due to the firewall protection at Marine Corps Base, Quantico, some files may not be transmitted successfully; it is the contractor ™s responsibility to ensure that all electronic files are received by the Contracting Office. Any Contractor whose proposal fails to provide all required information due to a transmission error may be rejected as non-responsive. Proposals not received by the closing date and time will not be considered. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be most advantageous to the Government based on lowest price technically acceptable. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of a contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.212-1 Instructions to Offerors-Commercial Items Jun 2008 FAR 52.212-2 Evaluation Commercial Items Jan 1999 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Oct 2008 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.219-8 Utilization of Small Business Concerns May 2004 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan 2009. The following clauses apply: 52.203-3 and 252.243-7002 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.acquisitions.gov/far All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jun 2008 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 U3 DD 250 Receiving Report Submission Through Wide Area Workflow “ Receipt and Acceptance (WAWF-RA) WAWF-5USMC Wide Area Workflow Implementation (Aug 2007)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026411T0183/listing.html)
- Record
- SN02480580-W 20110625/110623235042-6b045c9c0d00aba58f1851c1b334a295 (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 |