SOLICITATION NOTICE
R -- Document Scanning Services for the IRS Las Vegas Office
- Notice Date
- 4/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Western Area (A:P:F:W), 333 Market Street, Suite 1400, San Francisco, CA, 94105-2115
- ZIP Code
- 94105-2115
- Solicitation Number
- TIRWR-03-Q-00046
- Archive Date
- 5/7/2003
- Point of Contact
- Cathy Handy, Contract Specialist, Phone 415-848-4735, Fax 415-848-4711/4712, - Stephanie Chu, Contract Specialist, Phone 415-848-4733, Fax 415-848-4711/4712,
- E-Mail Address
-
cathy.handy@irs.gov, stephanie.chu@irs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared pursuant to FAR 12.6 and FAR 13. The Internal Revenue Service is contemplating a sole source acquisition award to Kinko?s Inc., 820 4th Street, Las Vegas, NV under FAR 6.302-1. This announcement constitutes the only solicitation. This is Request for Quotation (RFQ) TIRWR-03-Q-00046 under FSC D311 and NAICS 323114, Size Standard 500 Employees. The solicitation document and incorporated FAR and IRSAP provisions effective as of 01/24/2003. The IRS requires the services of a local area vendor to provide all labor, materials, equipment, supplies, personnel and supervision necessary to accomplish on-site commercial document scanning services for approximately 190 containers storing approximately 275,000 pages of grand jury documents of various sizes for the IRS Criminal Investigation Division Midstates Region Office located at 4750 W. Oakey Blvd. Las Vegas, NV 89102. The document scanning shall be at 300 dpi. The delivery of the required items shall be 60 days after award. The purchase order resulting from this solicitation shall be a firm fixed priced order. Clauses applicable to this order are FAR Clauses: 52.212-3, 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; IRSAP Disclosure Clauses: 1052.224-9000(a) Disclosure of Information-Safeguards; 1052.224-9000(b) Disclosure of Information-Safeguards; 1052.224-9000(d) Disclosure of "Official Use Only" Information Safeguards; 1052.224-9001(a) Disclosure of Information--Criminal/Civil Sanctions; 1052.224-9001(b) Disclosure of Information-Official Use Only; 1052.224-9002 Disclosure of Information?Inspection; 1052-01-001 Electronic Funds Transfer (EFT) Payments; 1052-01-002 Paid System. DOL Wage Determination No.: 1994-2332, Revision No.: 18, Dtd 10/30/2002 is also applicable to this solicitation. The RFQ closing date and time is April 22, 2003, 4:30PM Pacific Standard Time. Questions pertaining to the RFQ shall be faxed to Cathy P. Handy or Stephanie Chu at 415-848-4711 or e-mailed to cathy.handy@irs.gov or Stephanie.Chu@irs.gov. Requests shall be received by the Contracting Officer, Internal Revenue Service, Procurement Operations Branch, Western Area, (A:P:F:W), 333 Market Street, Suite 1400, San Francisco, CA 94105 not later than the RFQ submission date and time specified above. Prospective contractors shall be registered on the Central Contractor Registration (CCR) website. The CCR web address is www.ccr.gov. See Numbered Note 3. PERFORMANCE WORK STATEMENT DOCUMENT SCANNING SERVICES FOR THE INTERNAL REVENUE SERVICE CRIMINAL INVESTIGATION MID-STATES REGION LAS VEGAS, NV INTRODUCTION The Internal Revenue Service (IRS) Criminal Investigation Mid-States Region Las Vegas, NV requires the services of a local area vendor to provide all labor, materials, equipment, supplies, personnel and supervision necessary to accomplish on-site document scanning and labeling services for approximately 190 boxes containing approximately two hundred seventy-five thousand pages of various types of grand jury documents. Each page in each box shall be electronically Bates Stamped using the taxonomy specified on each of the Government file folders and shall also include a four digit identification number such as 0001, 0002, 0003, etc. The documents will be provided to the Contractor in two separate groups as reflected below: Group A. Approximately 120 boxes totaling approximately 135,000 pages consisting of, but not limited to the following items: a. 8.5 x 11 hard copy pages b. Checks c. Calculator receipts d. 7x9 hardbound notebook pages Group B. Approximately 70 boxes in this group including several plastic file-n-store boxes totaling approximately 140,000 pages that include, but are not limited to, the following list. a. 8.5x11 pages b. Checks c. Calculator receipts d. 11x17 pages e. 11x17 dot matrix financial printouts 7. 7x9 hardbound notebooks QUALITY ASSURANCE The Government will monitor the performance of the contractor through discussions with the contractor and direct observation of the contractor's performance. The Government will assess the performance of the contractor in accordance with the performance standards set forth in this performance work statement. 1. WORK REQUIREMENT ? DOCUMENT SCANNING & TRANSFER 1.1 The Contractor shall provide document-scanning services for 190 boxes containing two hundred seventy five thousand pages of assorted grand jury documents and transfer the scanned data onto compact discs (CD Rom). The scanning shall be at 300 dpi. CD ROMs shall be readable on Government computer equipment. PERFORMANCE STANDARD ? DOCUMENT SCANNING & TRANSFER 1.1 The documents provided to the Contractor for scanning are scanned at 300 dpi and are transferred to the CD Rom format. The transferred data shall be readable on a Government computer. 2. WORK REQUIREMENT -- LABELING 2.1 Each document shall be named with the starting-Bases number for that document as indicated on the Bates Label. PERFORMANCE STANDARD -- LABELING 2.1 Each document is named with the starting Bases Number as indicated on the Bates Label. Labels are neat and easy to read. 3. WORK REQUIREMENT ? DOCUMENT REASSEMBLY 3.1 The majority of the documents to be provided are stapled. Many are odd-sized, some are bound. Each box has been labeled using Bates labeling process. The contractor shall reassembled after scanning and the original documents returned in the manner as received from the Government. PERFORMANCE STANDARD ? DOCUMENT REASSEMBLY 3.1 Original documents are returned to the Government in the same manner received from the Government including labeling. 4. WORK REQUIREMENT ? DISCLOSURE CERTIFICATION REQUIREMENTS 4.1 The Contractor shall complete a government furnished Certification of Disclosure prior to performance under the purchase order and provides the signed copy to the IRS Project Manager and complies with attached Internal Revenue Service Acquisition Procedure (IRSAP) Disclosure and Safeguards Clauses. PERFORMANCE STANDARD ? DISCLOSURE CERTIFICATION REQUIREMENTS 4.1 The Contractor completes the Certification of Disclosure and provides a signed copy to the IRS Project Manager and complies all IRSAP provisions contained in the purchase order. 5. DELIVERY DATE The delivery date for services under this purchase order is May 30, 2003. 6. PLACE OF DELIVERY Internal Revenue Service Attn: Celia Chavarria Criminal Investigation Las-Vegas-Midstates Region 4750 West Oakey Blvd. Las Vegas, NV 89102 7. IRS PROJECT MANAGER Celia Chavarria Program Analyst 702-455-1168 8. INVOICING PROCEDURES To ensure prompt payment of invoices, the contractor shall provide a proper invoice. A proper invoice as a minimum shall include the following: Contractor's Name; Contractor's Address; Contractor's Telephone/Fax Number; Invoice Number; Date of Invoice; Purchase Order Number; Detailed description of cost elements including unit amounts, quantities, and total amounts. The contractor's proper invoice shall be submitted as follows: (1) The original invoice shall be submitted for payment purposes to the address indicated in Block 18a of the Form 1449. (2) One copy to the IRS Project Manager specified above. NOTE: Failure on the part of the contractor to comply with these invoicing instructions may result in delay of payment. 9. EVALUATION OF AWARD CRITERIA 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 with price and past performance considered. The contractor shall provide a price proposal in response to the above PWS and shall also provide at least one past performance reference for similar work accomplished in the past six months for either a government agency or private entity. The past performance reference shall include the agency/firm?s name, point of contact and telephone number. The Contactor shall complete all parts of the Request for Quotation (RFQ), including the past performance information and return the completed RFQ to the Contracting Officer by the date and time stipulated on page 1 of the RFQ. Award may be accomplished without discussions. Clauses Incorporated by Reference: 52.212-4 Contract Terms and Conditions-Commercial Items (02/02) 52.212-3 Offeror Representations and Certifications-Commercial Items. (07/02) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.(05/02) 1052.224-9002 IRSAP 1052.224-9002 Disclosure of Information--Inspection (12/88) 1052.2249000A 1052.224-9000(a) Disclosure of Information-Safeguards (01/98) 1052.2249000B IRSAP 1052.224-9000(b) Disclosure of Information-Safeguards (01/98) 1052.2249000D IRSAP 1052.224-9000(d) Disclosure of "Official Use Only" Information Safeguards (01/98) 1052.2249001A IRSAP 1052.224-9001(a) Disclosure of Information--Criminal/Civil Sanctions (01/98) 1052.2249001B IRSAP 1052.224-9001(b) Disclosure of Information-Official Use Only -12/98 IR1052-01-001 ELECTRONIC FUNDS TRANSFER (EFT) PAYMENTS IR1052-01-002 PAID SYSTEM DOL Wage Determination No.: 1994-2332, Revision No.: 18, Dtd10/30/2002 Full text of the above FAR Clauses may be accessed at www.arnet.gov. Full text of the IRSAP Clauses may be obtained from the Contracting Officer upon request. Copies of the wage determination may also be obtained from the Contracting Officer.
- Place of Performance
- Address: Internal Revenue Service, Attn: Celia Chavarria, Criminal Investigations, Las Vegas-Midstates Region, 4750 West Oakey Blvd., Las Vegas, NV
- Zip Code: 89102
- Country: USA
- Zip Code: 89102
- Record
- SN00299853-W 20030411/030409213927 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |