Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2020 SAM #6646
SOLICITATION NOTICE

R -- Transcription Services

Notice Date
2/7/2020 10:04:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180 USA
 
ZIP Code
39180
 
Solicitation Number
W81EWF00348683
 
Response Due
2/12/2020 8:00:00 AM
 
Archive Date
02/27/2020
 
Point of Contact
LISA BERNARD, Phone: 2173734425
 
E-Mail Address
Lisa.A.Bernard@usace.army.mil
(Lisa.A.Bernard@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Competitive quotes are being requested under W81EWF00348683. The associated North American Industry Classification System (NACIS) code for the procurement is 561492 (Court Reporting and Stenotype Services and the Small Business size standard is $15.0 million. �The U.S. Army Corps of Engineers, Engineer Research and Development Center has a requirement for Verbatim Transcription Services. � In order to receive an award, all contractors must be registered in the System for Award Management under above NAICS code. � This procurement is being competed as a 100% Small Business Set A-side and in accordance with regulations at FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. � This procurement will be awarded as a Firm Fixed Price Contract. � The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: � (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the service specified and the ability to meet the Period of Performance.� It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. Before a complete evaluation of your quote can be made, offerors must provide ""Offeror Representations and Certifications"" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222?38, FAR Clause 52.222?35, FAR Clause 52.222?37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set?aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs�VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program � http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation�Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans � Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf Wage Determination No. WD # 2015-5567 REV-9 �is applicable to this acquisition. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular 2005-95.� The clauses can be accessed in full text at http://farsite.hill.af.mil/ The following apply to this acquisition: 52.204-7, System for Award Management 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items 52.222-3, Convict Labor������������� 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-10, Waste Reduction Program 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes � Fixed Price 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirement Relating to Compensation of Former DoD officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea FAR 52.219-6 Notice of Total Small Business Set-Aside, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) (a) Definition. ""Small business concern,"" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. (1) For a contract at or below the simplified acquisition threshold, a small business concern may provide the end item of any domestic firm. For a contract exceeding the simplified acquisition threshold, a small business concern that provides an end item it did not manufacture, process, or produce, shall- (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. (2) Paragraph (d)(1) of this clause does not apply to construction or service contracts. (End of clause) NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Interested parties may submit quotes for consideration by the Government to stacy.d.thurman@usace.army.mil not later than 12 February 2020 � 1000 �A.M., CST. Oral communications are not acceptable in response to this notice. Please reference W81EWF00348683 in all correspondence.� Offerors shall submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOpps website for answers to questions prior to submission of a new inquiry. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Point of Contact(s): Lisa Bernard, (217) 373-4425 Lisa.A.Bernard@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20da3086d1a042afb304021f242a5b41/view)
 
Place of Performance
Address: Corvallis, OR, USA
Country: USA
 
Record
SN05554582-F 20200209/200210120629 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.