Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOLICITATION NOTICE

D -- TRANSCRIPTION AND REAL-TIME CAPTIONING SERVICES - STATEMENT OF WORK

Notice Date
7/26/2018
 
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
SP4705-18-Q-0909
 
Archive Date
9/11/2018
 
Point of Contact
Regina L. Griffin, Phone: 5717671185, Ronald E. Fairley, Phone: 7037671175
 
E-Mail Address
regina.griffin@dla.mil, ronald.fairley@dla.mil
(regina.griffin@dla.mil, ronald.fairley@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK (SOW) 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 SP4705-18-Q-0909. 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 20180629, effective June 29, 2018, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2018-09. The complete text of any of the clauses and provisions are available electronically from the following site: http://farsite.hill.af.mil/vmfara.htm. 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 items: 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: Defense Logistics Agency (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 August 27, 2018, 12:00 PM (Eastern Standard Time). Faxes and email response will be accepted. Advance copies of the response can be email at regina.griffin@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 ( Nov 2017 ), 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 three (3) past performance references for the same or similar services provided from the past five (5) years. References should be a combination of federal, military and commercial. 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. 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 Regina Griffin, at email address: regina.griffin@dla.mil. The contract resulting from this solicitation will be awarded LOWEST PRICE TECHNICAL ACCEPTABLE EVALUATION. The Government is going to evaluate proposals in order to determine technical acceptability per the following: a. The proposal will be reviewed on two specific examples (provided by the offeror) of where they have provided live captioning support through telephone line; and two examples of transcripts created from a Windows Media file or an MPEG 4. The transcripts should reflect video time code. b. The offeror shall provide three (3) professional references from the past five (5) years. The reference should be able to speak specially about live captioning and video transcription services performed by the vendor/offeror. c. The vendor need to be determined technically acceptable and meet the Government requirement before price is evaluated. 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. Period of Performance: Offerors must be able to start performance on the required date. The periods of performance for this requirement are: Base Period: 30 September 2018 through 29 September 2019 Option Period I: 30 September 2019 through 29 September 2020 Option Period II: 30 September 2020 through 29 September 2021 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. FAR CLAUSES: 52.212-3, "Offeror Representations and Certification-Commercial Items" (NOV 2017); 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" (JULY 2018); 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" (JAN 2017); 52.232-33, "Payment by Electronic Funds Transfer-Central Contractor Registration" (JUL 2013). DFAR CLAUSES: 52.233-9001; Disputes: Agreement to Use Alternative Dispute Resolution" ( DEC 2016); 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. Offers must be submitted via one of the following methods by 12:00 PM ET, August 27, 2018, e-mail to: regina.griffin@dla.mil; Fax to: 571-767-1172 Attn: Regina Griffin or Mail to : DLA Contracting Services Office, ATTN: Regina L. Griffin, 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/SP4705-18-Q-0909/listing.html)
 
Place of Performance
Address: Defense Logistics Agency (DLA)- Headquarter, 8725 John J. Kingman, Fort Belvoir, VA 22060, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN05008046-W 20180728/180726230919-e1bf059bb71775b8b6415a146d0f1e88 (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.