SOLICITATION NOTICE
R -- Depositions of Foreign Witnesses
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 100 F Street, NE, Washington, DC 20549
- ZIP Code
- 20549
- Solicitation Number
- 40000-12-8019
- Response Due
- 6/11/2012
- Archive Date
- 12/8/2012
- Point of Contact
- Name: Robert Witherspoon, Title: Contracting Officer, Phone: 2025517319, Fax:
- E-Mail Address
-
witherspoonr@sec.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 40000-12-8019 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 561492 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-11 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The Securities & Exchange Commission requires the following items, Meet or Exceed, to the following: LI 001, CLIN 0001: Transcripts services for 11 witness depositions in the Isle of Man and Cayman Islands per the statement of work. Expedited delivery is 8 days (original + one copy interactive Realtime (with separate pricing for earlier delivery) 300 page transcript per day x 18 days $____ price per page =$_____. Also, include in the Lot price the following additional fees: -7 hour days for the court reporter appearance fee ($____); -50 scanned exhibits on CD-ROM (exhibits hyperlinked within transcript) $______);, 1, LOT; LI 002, CLIN 0002: Video deposition services for 11 witnesses in the Isle of Man and Cayman Islands per the statement of work. The Contractor shall provide synched videographer services for depositions: video with synched DVD-$____/HR x 7 hrs each x 18 days (126 hours) including setup. Also include in the Lot price: -Videographers appearance fee (9am-5pm)-$_____; -Video synch per tape with transcript -$_____., 1, LOT; LI 003, CLIN 0003: Other Direct Costs (ODC's)-See Attachment 3-Travel Breakout Spreadsheet. The travel costs for the court reporter and videographer shall include: 1)Court Reporter/Videographer travel days (2 staff x 8 travel days(defined as 1 day before and 1 day after each deposition). 2)Actual travel costs and per diem to include airfare, hotel, and meals, misc. Offeror to develop estimate to include as a lump sum Lot price and shall separately submit Attachment 3., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Securities & Exchange Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Securities & Exchange Commission is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In order to be eligible for award, the Offeror must be registered in the Central Contractor Registration (ccr.bpn.gov) data base and have completed the online representations and certifications located at ORCA.bpn.gov. Evaluation Criteria/Basis of Award: Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance and a signed Attachment 002: Certification By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law (FEB 2102). Sellers shall enter three documents to supplement their Bid submission. The attachments shall be uploaded via FedBid's Seller attachment feature. a)Sellers shall provide technical capability (10 page limit)to demonstrate understanding of providing Securities Litigation support services to meet the requirements of the SOW within specified delivery timeframes. b)Sellers shall provide past performance information (10 page limit) that demonstrates relevant and recent past performance. c. Certification by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; d. Submit a Travel Breakout Schedule and cost; and, e. Provide a list of the Sellers Additional Rates requested below. Failure to provide the technical capability, past performance, and the Certification by Corporations will deem the Sellers Bid submission to be unacceptable and it will not be considered. The Government may require continued performance of any services within the limits and at the rates specified in the Order. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the current period of performance. The anticipated period of performance is June 18, 2012 through December 31, 2012. Provide a separate list of additional rates (not included in the prices in CLIN 0001, 0002, and 0003 below): a. Copy of draft transcript delivered via email at $___/per page with purchase of real time services. b. Immediate delivery-$______/page. c. Next day delivery-$______/page. d. Two day delivery-$_______/page. e. Three to five day delivery-$____ page. f. Draft electronic transcript provided via email-$_____/page. g. Exhibits: hardcopy $_____/page; exhibits hard copy and scanned $_____/page; h. Reporter's and Videographers appearance fee(after 5pm) $______/hour. All approved travel related expenses will be reimbursed in accordance with the current Federal Travel Regulation found at http://gsa.gov/portal/content/102886. The reimbursement of travel expenses is subject to the following limitations: (1) any subsistence allowance (i.e., meals and lodging) is limited by a per diem allowance prescribed by the Administrator of General Services; (2) expenses incurred as a result of travel using a personal automobile are reimbursed as prescribed by the Administrator of General Services; (3) reimbursement of air and train travel is limited to the most economical rate and reasonable traveled route; and (4) each out-of-pocket travel and allowable miscellaneous administrative expense exceeding $75 requires a receipt that is to be attached to the Contractors invoice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/40000-12-8019/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Record
- SN02769968-W 20120609/120608000501-d02168860bd26178bb9ff54c155a39d3 (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 |