Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
MODIFICATION

R -- Court Reporter

Notice Date
8/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-15-T-0012
 
Response Due
8/14/2015
 
Archive Date
10/4/2015
 
Point of Contact
Adam Blevins, 253-966-3480
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(adam.g.blevins.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911S8-15-T-0012. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. JOINT BASE LEWIS-MCCHORD intends to award multiple BLANKET PURCHASE AGREEMENT that are advantageous to the U.S. Government, on a firm-fixed-price contract for TRANSCRIPTION SERVICES. The associated North American Industrial Classification System (NAICS) code for this procurement is 561492 with a small business size standard of $14 MILLION. This requirement is a total SMALL BUSINESS SET-ASIDE set-aside and only qualified offerors may submit bids. JOINT BASE LEWIS-MCCHORD requests quotes for a 3 year BLANKET PURCHASE AGREEMENT. BLANKET PURCHASE AGREEMENTS do not constitute an obligation of funds. It is used to establish competitive pricing that orders may be placed against in the future. All CLINs shall be quoted FOB Destination to Joint Base Lewis McChord, WA 98433. The Contractor shall propose the following Contract Line Item Numbers (CLINS): Note: Contractor shall read and comply with the Performance Work Statement when providing quotes on Transcription Services. 0001 TRANSCRIPTION SERVICES: Offeror to quote per page rate 0002 TRANSCRIPTION SERVICES: Offeror to quote per appearance fee 0003 TRANSCRIPTION SERVICES: Offeror to provide an attachment of additional transcription related services Extended Description: See Performance Work Statement See attached schedule of supplies or services for pricing structure. 0004 CONTRACT MANPOWER REPORT Qty: 1 EA Extended Description: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Serivce/Component's CMR website. See attached schedule of supplies or services for pricing structure. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications - Commercial Items) Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-27 (Notice of Service-Disabled Veteran Owned Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.222-35 (Equal Opportunity for Veterans) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-37 (Employment Reports on Veterans) 52.222-50 (Combat Trafficking in Persons) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (F.O.B Destination) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov No partial shipments unless otherwise specified at time of order. Questions concerning this solicitation shall be addressed to MAJ Adam Blevins, Contract Specialist, and e-mailed to adam.g.blevins.mil@mail.mil. All questions or inquires must be submitted in writing no later than 2:00 p.m. PST on 14 AUGUST 2015. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 2:00 p.m. PST on 14 AUGUST 2015. Quotes may be e-mailed to adam.g.blevins.mil@mail.mil. An official authorized to bind the company must sign the quote. Additional Info: Additional documentation Contracting Office Address: MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500 Place of Performance: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA 98433-9500 US Point of Contact(s): MAJ Adam Blevins, adam.g.blevins.mil@mail.mil MICC - Joint Base Lewis-McChord
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3b05ad4271031267d15b1ff0e3329aa)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
 
Record
SN03825082-W 20150807/150805235410-f3b05ad4271031267d15b1ff0e3329aa (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.