Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2008 FBO #2509
SOURCES SOUGHT

R -- TRANSCRIPTION AND COURT REPORTING SERVICES

Notice Date
10/7/2008
 
Notice Type
Sources Sought
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SS-09-0001
 
Archive Date
11/4/2008
 
Point of Contact
Patricia M Pemberton, Phone: 301-827-1022, Patricia M Pemberton,, Phone: 301-827-1022
 
E-Mail Address
patricia.pemberton@fda.hhs.gov, patricia.pemberton@fda.hhs.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of HUB Zone firms. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The U.S. Food and Drug Administration (FDA) is seeking to identify sources with capabilities or prior experience that can provide Professional Services for a project entitled, Transcription and Court Reporting Services in accordance with the following statement of work. STATMENT OF WORK: The Contractor shall furnish all managerial, supervisory, direct and overhead personnel; equipment, supplies; and other items or services; except specified herein as Government-furnished, to provide transcription and court reporting services. Travel expenses are considered Other Direct Costs (ODCs) and shall not exceed $300.00 per session, if approved. Verbatim Recordings, the contractor shall be required to provide verbatim voice writing recorders who are attending the meeting. Verbatim recordings will be done for all meetings of the FDA and its supporting facilities. Contractor shall use a speech recognition system to record these meetings. As back-up to the speech recognition recordings, each meeting must also be recorded on audiotape. Several of the Meetings typically last 1 or more days. Therefore, the contractor shall be required to be present for the entirety of each meeting. Equipment is to be set-up and ready for the start of each meeting at least half hour to 1 hour before the meeting begins. Meetings are held at FDA buildings in the metropolitan area, along with other conference sites as designated by the project officer or proximity to FDA sites. Written Transcripts: Written transcripts of the verbatim voice recordings are to be provided to the project officer upon completion of the meeting. To ensure that information contained in the transcripts is verbatim, the information should be verified against the audio tapes. Transcriber will need to ensure that proper names and technical/scientific terms are spelled correctly. Individual will need to obtain copies of attendees list and public speakers list to add to the transcripts. Meeting Minutes Using the information contained in the written transcripts, the contractor may be responsible for providing minutes for each meeting. The applicable, minutes should not be a day-to-day account of the meeting, but rather a report where discussion on a particular topic, which may have taken place over several days and at different times. Minutes are to be developed for each meeting, work group, and or Conference Call held. Court Reporting/Deposition Services, Contractor must be available to attend depositions on short-notice as defined by the contract. Each request will set forth the date, place and time of the session. Hub Zone firms are encouraged to respond if they have the capability and capacity to provide the identified services with little or no disruption of services to the current users at the FDA. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address whether the firms has the capability and capacity the will result in a finding that respondent lacks ability to perform the work. Responses to this notice shall be limited to 15 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 561410 – Document Preparation Services. Firms qualified as HUB Zone firms must be certified by SBA. 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 2:00pm, Eastern Time, October 20, 2008. The capabilities response shall be e-mailed to: patricia.pemberton@fda.hhs.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to the notice will not be returned, nor will there be any ensuing discussions or debriefings of any responses. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The FDA will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. FDA reserves the right to contact any respondent to this notice for the sole purpose of enhancing FDA's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d88f037957d0e52fb31be6149260834&tab=core&_cview=1)
 
Place of Performance
Address: Various FDA sites, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01689471-W 20081009/081007220049-9d88f037957d0e52fb31be6149260834 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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