Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

R -- CLASSIFIED AND UNCLASSIFIED TRANSCRIPTION SERVICES OF INVESTIGATIVE INTERVIEWS

Notice Date
September 13, 2001
Contracting Office
National Imagery & Mapping Agency, Washington Contracting Center, Attn: PCW/D-6, 4600 Sangamore Rd. Bethesda, MD 20816-5003
ZIP Code
20816-5003
Solicitation Number
NMA401-01-R-0009
Response Due
September 24, 2001
Point of Contact
Steve Johnson -- contact via e-mail at johnsonsj@nima.mil
E-Mail Address
Steven Johnson, Contracting Officer (johnsonsj@nima.mil)
Description
This combined synopsis/solicitation replaces synopsis submission No. 50X0I9 in its entirety. This is a combined synopsis/solicitation notice for classified and unclassified transcription services for the National Imagery & Mapping Agency (NIMA) IG office. This is an RFP. The North American Industry Classification System Code assigned is 561492. Business size is $5 million. See Note 1. This notice has been prepared in accordance with the format in the Federal Acquisition Regulation (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. Provisions and clauses are those in effect through Federal Acquisition Circular 97-25. All clauses and provisions should be read and reviewed carefully, as they provide submission instructions and/or contain fill-ins. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (Evaluation Factors -- Proposals will be evaluated based on the factors identified below in the order of relative importance: (a) Price and (b) Technical [Past Performance will be evaluated as part of Technical]); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Offerors are advised to include a completed copy of this provision with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (appropriate clauses will be checked at the time of award); 52.239-1, Privacy or Security Safeguards; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (appropriate clauses will be checked at the time of award); 5X52.227-9000, Unauthorized Use of NIMA Name, Seal & Initials; 252.204-7000, Disclosure of Information, and FAR 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration. In order to receive an award, the contractor must be registered with the Central Contractor Registration (CCR) Database as prescribed in DFARS 252.204-7004. The CCR Database can be obtained by accessing the Internet or calling 888-227-2423. Item 01: 10,000 unclassified transcription pages with a 10-day return period. Item 02: 10,000 unclassified transcription pages with a 5-day return period. Item 03: 500 unclassified transcription pages with a 3-day return period. Item 04: 1,500 classified (Secret) transcription pages with a 10-day return period. Item 05: 500 classified (Secret) transcription pages with a 5-day return period. Pricing for each item shall be on a per page basis, inclusive of all requirements in the work statement below. The contractor shall perform Items 01 through 05 in accordance with the following work statement. Work Statement: The contractor shall provide the necessary personnel (including SECRET/Cleared personnel when needed) and materials to transcribe investigative interviews in accordance with the following: The contractor shall provide transcripts of cassette tapes of investigative interviews provided by the Office of the Inspector General (OIG), National Imagery and Mapping Agency, with a turn around time of three, five, or ten days. The required turn-around time will be stated on each request for transcription. An OIG transmittal will accompany every request for transcription with applicable information regarding each request. (i.e. Names of interviewees, acronyms used, etc.). Transcription requests from OIG are a function of response time and page availability. The contractor shall provide the original transcript to the OIG and return all cassette tapes for transcription. The contractor shall provide courier services. The contractor shall provide diskettes of all transcribed material. The contractor shall proofread the transcripts and each transcript will have few typographical errors or errors in transcription. Transcripts will be on 8 by 11-inch paper and double-spaced. The basic format will contain: a. Header centered on each page which states classification of document. Example: UNCLASSIFIED//FOUO. b. Footer centered on each page which states classification of document and reads: Example: UNCLASSIFIED//FOUO This is a PRIVILEDGED DOCUMENT in support of an on-going investigation. This information cannot be released in whole or in part, nor can it be republished, without the expressed written approval of the NIMA Inspector General. c. Classified header and footer. d. Numbered pages. e. Each line of text will be numbered on the left margin. f. Transcripts shall be bound and include a cover sheet. Period of Performance shall be for 12 months from the date of award. This requirement will be awarded to one vendor; there will be no split awards. At the time of award, the potential offeror must possess a "Secret Level" facility clearance and have access to professional personnel and couriers capable of handling classified material at the "Secret Level". All responses to this solicitation shall include a resume and are due no later than 24 September 2001, at 1500hrs EST. Interested parties may fax, e-mail, or mail their offers. It is recommended that questions be forwarded via e-mail. Mailing address (non-express mail): National Imagery and Mapping Agency, ATTN: Steve Johnson, PCW, M/S D-6, 4600 Sangamore Road, Bethesda, Maryland 20816-5003. Fax: 301-227-1015. Phone: 301-227-5130/2. E-mail address: johnsonsj@nima.mil. Offerors shall contact the NIMA POC to confirm the receipt of offer. Notes: 1.
Record
Loren Data Corp. 20010917/RSOL009.HTM (W-256 SN50X4Q2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com