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