SOLICITATION NOTICE
R -- Real-Time Verbatim Captioning/Reporting Services - DRAFT Contract with Terms and Conditions
- Notice Date
- 4/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561492
— Court Reporting and Stenotype Services
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- RFP-NRC-21-10-498
- Point of Contact
- Valerie M. Whipple, Phone: 301-492-3628
- E-Mail Address
-
valerie.whipple@nrc.gov
(valerie.whipple@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Price Schedule to be completed by Vendors Draft Contract with Terms and Conditions This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18. The solicitation number is ASLBP-10-498 and is issued as a Request for Quotation (RFQ). The contract type intended for this procurement is a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of one year and two one-year options. The North American Industry Classification System code is 561492 - Court Reporting and Stenotype Services. The size standard for this procurement is set forth under this NAICS code. THIS IS A TOTAL SMALL BUSINESS SET ASIDE. The Contractor shall provide stenographic-based captioning services for real-time verbatim captioning for broadcasting (media streaming) Commission and agency meetings to the world-wide-web (Internet) with accompanying electronic copies of transcripts. It is mandatory that the captionist perform on-site at or near the Rockville, MD headquarters buildings for the Commission and Agency meetings. The Contractor will also provide real-time captioning services remotely for ASLBP hearings to be held at the NRC Headquarters in Rockville, Maryland and various locations throughout the United States. Additional hearings may be held anywhere in the U.S. at a town or city where there is a nuclear power plant. See the attached Statement of Work. The full text of the FAR provisions or clauses that apply to this acquisition may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following clauses/provisions apply to this acquisition: --52.212-1, Instructions to Offerors - Commercial (SEP 2006); --52.212-2, Evaluation Commercial Items (JAN 1999); --52.212-4, Contract Terms and Conditions - Commercial Items Alternate I (FEB 2007); --52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2007); --52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); --52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) --52.219-14 Limitations on Subcontracting (Dec 1996) --52.219-8 Utilization of Small Business Concerns (May 2004) --52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)); --52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG2009) (E,O, 13126); --52.222-3, Convict Labor (June 2003) (E.O. 11755); --52.222-21, Prohibition of Segregated Facilities (Feb 1999); --52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); --52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); --52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); --52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); --52.222-50, Combating Trafficking in Persons (Aug 2007) --52.222-54, Employment Eligibility Verification (Jan 2009) --52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). --52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). --52.223-6 Drug-Free Workplace (MAY 2001) --52.233-1 Disputes (JUL 2002) --52.233-3 Protest After Award (AUG 1996) --52.233-4 Applicable Law For Breach of Contract Claim (OCT 2004) Offerors are to include a completed copy of provision 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2006), with their offer. A draft contract with all terms and conditions is attached to this combined solicitation/synopsis. Proposals will be evaluated based and award will be made on Best Value basis (Tradeoff). Overall technical criteria are considered more important than cost/price factors. Although no points are set forth in the Evaluation Criteria for price, price is important in the Tradeoff Assessment. Price will be evaluated for reasonableness. EVALUATION CRITERIA 1. CORPORATE EXPERIENCE (15 POINTS) Extent to which the Offeror demonstrates that its organization possesses the corporate experience in stenographic-based captioning services for real-time verbatim captioning for broadcasting (media streaming) of meetings to the world-wide-web (Internet) with accompanying electronic copies of transcripts, as outlined in the Statement of Work. 2. PERSONNEL QUALIFICATIONS/EXPERIENCE/AVAILABILITY (20 points) Extent to which the offeror demonstrates that the proposed personnel possess the required qualifications, knowledge, capabilities, and experience to perform the work described in the statement of work, and are available to perform the work. The depth and quality of the proposed resources in performing similar work is paramount. 3. TECHNICAL AND MANAGEMENT APPROACH (15 points) Effectiveness and completeness of the technical proposal in demonstrating the offeror's understanding of the work that will be assigned and ability to meet the solicitation's technical requirements. The level of understanding of, and problems inherent in, performing the types of tasks specified in the statement of work. 4. PAST PERFORMANCE- (50 points) Extent to which the Offeror demonstrates successful past performance in stenographic-based captioning services for real-time verbatim captioning for broadcasting (media streaming) of meetings to the world-wide-web (Internet) with accompanying electronic copies of transcripts, as outlined in the Statement of Work. Past Performance relates to how well a quoter has performed on previous and current contracts. INSTRUCTIONS FOR ADDRESSING EVALUATION CRITERIA: Corporate Experience -- The government will evaluate Offerors on the depth and breadth of their relevant corporate experience. The Offeror shall describe the corporate management structure and approach. Discuss your organization's corporate qualifications and experience in performing contracts, similar in size (dollars) and scope to this procurement and the extent to which the necessary knowledge, experience and skills remain available within your organization. You shall demonstrate to the NRC the technical depth and competence of the organization beyond the personnel to be assigned to the order. Please provide the following information regarding your company: firm name and address, year firm established, type of firm: small, small disadvantaged, woman owned, other, etc., principal contact person, name, title and phone number. Personnel Qualifications - For all personnel proposed, provide a resume not to exceed three pages in length for each individual identified. The resumes should be written to reflect the individual=s qualifications, experience, knowledge, skill, and training associated with the specific needs of performing the effort described in the statement of work, and should not be general in nature. Identify all key personnel, including backup personnel, to be utilized in the performance of any resulting contract. Discuss current and planned availability of all proposed personnel to perform this effort. If the offeror plans to subcontract any of the work to be performed, list the proposed subcontractors by name. Provide a detailed description of the work to be performed by the subcontractor, and identify any key personnel provided by the subcontractor. If the offeror plans to obtain consultant services, explain the need for such services. List the proposed consultants by name, describe the work they will perform under this contract, and include their past related work experience. Individuals who are employees of the contractor, or of the U.S. Government, are prohibited from being paid as a consultant under this contract. Resumes shall be included for any subcontractor/consultant/team partner personnel, if known. Technical and Management Approach - The offeror shall submit a written Technical and Management Proposal with full and complete information to permit the Government to make a thorough evaluation and a sound determination that the proposed approach will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The written Technical Proposal and Supporting Documentation must be tailored to assure that all information reflects a one-to-one relationship to the evaluation criteria. Statements which paraphrase the statement of work without communicating the specific approach proposed by the offeror, or statements to the effect that the offeror's understanding can or will comply with the statement of work may be construed as an indication of the offeror's lack of understanding of the statement of work and objectives. Past Performance - Offerors shall provide the following information for all ongoing contracts and for contracts completed within the past three (3) years, similar in size, scope, and complexity to the effort described in the NRC's requirement. Identify a primary point of contact, as well as an alternate. Contracts listed may include those entered into by the Federal Government, agencies of the State and local governments and commercial customers. It is incumbent upon offerors to provide information which is accurate, current and verifiable. Provide any other pertinent information that will aid in the evaluation of your performance record. List any awards received, provide letters of commendation, etc., that will demonstrate the offeror's record of past performance. Identify all contracts that your firm has been awarded that were terminated for default, or subject to any disputes, or received any show cause letters, cure notices, or poor performance letters. If none, a negative statement is required. The NRC reserves the right to contact one or all sources identified on the Qualifications Statement regarding past performance information. Offerors who do not have any past performance of their own in this type of work shall be evaluated on the basis of the past performance of their teaming partners or subcontractors. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency; (c) brief description of the type of work; (d) Contracting Officers name, Telephone Number and E-mail Address; (e) Technical Representatives Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Estimated Amount; and (h) Contract Value. 2052.209-70 CURRENT/FORMER AGENCY EMPLOYEE INVOLVEMENT (OCT 1999) The following representation is required by the NRC Acquisition Regulation 2009.105-70(b). It is not NRC policy to encourage offerors and contractors to propose current/former agency employees to perform work under NRC contracts and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders. There ( ) are ( ) are no current/former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performing any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title while employed by the NRC, the date individual left NRC, and a brief description of the individual's role under this proposal. PRICE QUOTE The price quotation must include all costs related to the Statement of Work. Option period prices must be included in the price quotation and will be evaluated. Please use the attached Price Schedule. The deadline for questions is close of business on Wednesday, April 28, 2010. All quotes are due Thursday, May 6, 2010 by 1:00 p.m. EST, electronically to valerie.whipple@nrc.gov. Faxed quotes will not be accepted. Offerors are responsible for technical difficulties and or administrative problems associated with transmission of the files to the NRC. If you wish to send quotes by mail please send them to the following address: U.S. Nuclear Regulatory Commission, Attn: Valerie Whipple, Mail Stop: TWB-01-B10M, Washington, DC 20555. Please include the solicitation number on the envelope containing your organization's proposal. RFQ ASB-10-498 will be distributed solely through the FedBizOpps website (http://www.fedbizopps.gov.) The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents will not be available. Because this RFQ will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFQ. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. For information regarding this acquisition contact Valerie Whipple via e-mail at valerie.whipple@nrc.gov or at 301-492-3628. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the NRC. The NRC reserves the right to reject any and all offers received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RFP-NRC-21-10-498/listing.html)
- Record
- SN02129569-W 20100424/100422234927-81a5b3567fa0d081c99b801f9469185f (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 |