SOLICITATION NOTICE
D -- TRANSCRIPTION AND REAL-TIME CAPTIONING SERVICES - SOW
- Notice Date
- 9/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512191
— Teleproduction and Other Postproduction Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-15-Q-2006
- Archive Date
- 10/2/2015
- Point of Contact
- carlos vidro-martinez, Phone: 7037676826
- E-Mail Address
-
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work COMBINED SYNOPSIS/SOLICITATION 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP4705-15-Q-2006. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAIC code is 512191 and the size standard is $32,000,000.00. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-84 effective September 3, 2015, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20150826 effective August 26, 2015, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2015-09. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. The DLA Contracting Services Office intends to procure acquisition on behalf of the Defense Logistics Agency (DLA) CIV Public Affairs at Fort Belvoir to establish a contract to acquire transcription services: 3500 minutes of video footage, and Real-Time captioning services: 7200 minutes of live event coverage annually. The place of performance will be DLA Headquarter, Fort Belvoir, Virginia. The period of performance will be a base of twelve months and two option periods of twelve months. Contract Line item: 0001- Transcription Services - The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. 0002- Real-Time Captioning Services- The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. 1001- Transcription Services - The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. 1002- Real-Time Captioning Services- The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. 2001- Transcription Services - The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. 2002- Real-Time Captioning Services- The contractor shall possess the qualifications and provide the services specified in accordance with the Statement of Work. Description of Requirements: The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point: DLA Headquarter 8725 John J. Kingman Fort Belvoir, VA 22060 FOB: Destination Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum (APR 2014). Proposal shall be received no later than September 17, 2015, 12:00 PM (Eastern Standard Time). Faxes and email response will be accepted. Advance copies of the response can be email at carlos.vidro-martinez@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line. Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor's name. Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in Section 5 Contractor Qualification in the Statement of Work. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services. Certifications and Representations. FAR clause 52.212-3 (MAR 2015), Alt I: complete applicable fill-ins. Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Statement of Work. Resume(s) shall describe the proposed personnel's credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Carlos J. Vidro-Martinez, at email address: carlos.vidro-martinez@dla.mil. The contract resulting from this solicitation will be awarded LOWEST PRICE TECHNICAL ACCEPTABLE EVALUATION: (1) Price: Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricE for each of the CLIN's as well as a total price for the entire effort. (2)Period of Performance: Offerors must be able to start performance on the required date. The periods of performance for this requirement are: Base Period: 28 September 2015 through 27 September 2016 Option Period I: 28 September 2016 through 27 September 2017 Option Period II: 28 September 2017 through 27 September 2018 Each offeror's proposed price will be evaluated for reasonableness. The Government currently intends to award a contract for Transcription and Real Time Captioning Services without negotiating, under a lowest price technical acceptable (LPTA) evaluation approach. FAR52.212-3, "Offeror Representations and Certification-Commercial Items" (APR 2012); 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" (MAY 2015); 52.217-8, "Option to Extend Services."(NOV 1999); 52.217-9, "Option to Extend the Term of the Contract." (MAR 2000); 52.219-28, "Post-award Small Business Program Representation" (JUL 2013); 52.232-17, "Interest" (MAY2014); 52.242-13, "Bankruptcy" (JUL 1995); 52.242-15, "Stop-Work Order" (AUG 1989); 52.212-4, "Contract Terms and Conditions-Commercial Items" (MAY2015); 52.232-33, "Payment by Electronic Funds Transfer-Central Contractor Registration" (JUL 2013); 52.233-9001; Disputes: Agreement to Use Alternative Dispute Resolution" (AUG 2004); DFAR 252.243-7001, "Pricing of Contract Modifications" (Dec 1991). and 252.232-7003, "Electronic Submission and Processing of Payment Requests and Receiving Reports" (JUN 2012) The resulting contract will be firm-fixed price. Offerors must be submitted via one of the following methods by 12:00 PM ET, than September17, 2015, e-mail to: carlos.vidro-martinez@dla.mil; Fax to: 703-767-1172 Attn: Carlos J. Vidro-Martinez or Mail to : DLA Contracting Services Office, ATTN: Carlos J. Vidro-Martinez, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. To be eligible for award of a Government contract, contractors must be properly registered in the System Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet @www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award. SEE ATTACHED STATEMENT OF WORK
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-15-Q-2006/listing.html)
- Place of Performance
- Address: DLA Headquarter, 8725 John J. Kingman, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03881496-W 20150913/150911234902-e45f72cc24ce13b613d05c4c55af39db (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 |