Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1999 PSA#2434

U.S. Marshals Service, Business Services Division, 600 Army Navy Drive, Arlington, VA 22202

R -- TRANSCRIPTION SERVICES SOL USMS-00-0001 DUE 092399 POC Christina Gregerson, Contracting Officer, (202)307-9348 This is a combined synopsis/solicitation for commercial items prepared in accordance with the formant in Subpart 12.6, as supplemented with additional information included in this notice. This is a fiscal year 2000 requirement with the period of performance from October 1, 1999 through September 30, 2000. Issuance of this solicitation does not bind the government to award a contract. An award will be made contingent on the availability of fiscal year 2000 funds. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation #USMS-00-0001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC-97-13. This is a small business set-aside under SIC 7338, and the small business standard is $5.0 million. There is one (1) line item, transcription services. The estimated number of hours per month is 95 hours. The period of performance for this service is one year beginning October 1, 1999 through September 30, 2000. The offer must include an hourly rate for services. Department of Labor Wage Determination No. 94-2103 Rev (19) Area: DC, Maryland, and Virginia will apply. Description of requirements: The contractor shall provide completed transcripts of the Office of Internal Affairs (OIA), U.S. Marshals Service (USMS) investigative interviews in WordPerfect format. The contractor will be able to accept the recorded interviews by secure mail, encrypted e-mail, PC-Dart or Lanier telephone call-in taping and digital recordings. When necessary, the contractor will be able to provide real time voice to text translation (via live stenographer). The contractor will return all copies of investigative recordings to OIA by standard U.S. mail. The contractor must have adequate staff to be able to provide completed transcripts within five (5) business days after receipt of recorded interviews. An extension may be granted upon approval by the Chief Inspector of OIA or his designee. Transcripts will be in the WordPerfect format with searchable word lists and, unless otherwise requested, will be e-mailed to the Inspector assigned to the case. The contractor will proofread transcripts for errors prior to submission. All transcribed documents must be submitted in an editable format. The contractor will maintain an archive of investigative transcripts for a period not to exceed twelve (12) months. Contractor's employees must have appropriate background clearances (FBI name check and fingerprint check; local criminal history check) and sign confidentiality agreements. OIA will provide the contractor with recorded interviews. OIA will provide a list of unusual spellings of names and position titles. OIA will supply appropriate e-mail addresses for individual Inspectors. The contractor shall provide all necessary equipment, supplies and materials necessary to perform the requirements of this task. The contractor must submit an hourly rate for services that will include all incidental overhead costs, such as telephone calls, stationery, office supplies, return shipment of interviews, etc. Provision at FAR 52.212-1, Instruction to Offerors -- Commercial is applicable to this solicitation. Award will be made to the responsible contractor whose quotation conforms to the solicitation, is determined to be in the best interests of the government and presents the best value in terms of price and past performance. The government reserves the right to award to other than the quote with the lowest price. Evaluation criteria is as follows: (1) Price -- Quotes will be evaluated for price reasonableness. Price reasonableness is a comparison of the proposed price with prices proposed by other quoters, the government's estimate, and current market prices. (2) Past Performance -- The quoter is required to provide at least 2 references (name of company, address, point of contact, and telephone number). Evaluation of past performance will be based on customer satisfaction, timely delivery, and quality of service. Quotes that do not meet the government's requirements or conditions, or take exception to government requirements, terms or conditions will not be considered. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with quote. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial Items, is hereby incorporated by reference. The following clauses also apply to this solicitation and any resultant contract: 52.222-41, Service contract Act of 1965, As Amended; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quotes, signed and dated, must be submitted to U.S. Marshals Service, 600 Army Navy Drive, CS3, Suite 1107, Christina Gregerson, Arlington, VA 22202 or faxed to (202)307-9695, attention Christina Gregerson. Quotes must be received no later than 4:00PM EST on Thursday, September 23, 1999. Questions regarding this solicitation shall be faxed to Christina Gregerson at (202)307-9695. Point of contact: Christina Gregerson, Contracting Officer, (202)307-9348, FAX (202)307-9695. Posted 09/15/99 (W-SN380405). (0258)

Loren Data Corp. http://www.ld.com (SYN# 0070 19990917\R-0011.SOL)


R - Professional, Administrative and Management Support Services Index Page