Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

R -- Transcription Services Requiring Knowledge of Mining Terminology - Statement of Work

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
54-10MR-629
 
Archive Date
9/22/2010
 
Point of Contact
RHONDA SIZEMORE, Phone: 304-256-3538
 
E-Mail Address
sizemore.rhonda@dol.gov
(sizemore.rhonda@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA Wage Determination-Johnstown, PA Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is 54-10MR-629. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these address: https://www.acquisition.gov/far/. The NAICS code is 561492 and the Small Business Standard is $7 million. This is a competitive, 100% Small Business set-aside action. The Mine Safety & Health Administration requests responses from qualified sources capable of providing transcription services of voice recordings of internal interviews related to the Upper Big Branch mine disaster that occurred in Montcoal, WV on April 5, 2010. See attached STATEMENT OF WORK FOR SERVICE REQUIREMENT. Contractor is required to have knowledge of mining terminology and experience in creating transcripts of witness interviews following a mining disaster. Period of performance is date of award through 31 December 2010. The following FAR provision and clauses are applicable to this procurement:52.204-7, CCR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.219-28, Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C.632(A)(2).52.219-6 Notice of Total SB Set-Aside, 52.222-3, Convict Labor-Cooperation with Authorities and Remedies, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246),52.225-13, Restrictions on Certain Foreign Purchase (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; 52.222-40 Notification of Employee Rights under the National Labor Relations Act; 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standars Act and Service Contract Act - Price Adjustment, 52.222-49 Service Contract Act - Place of Performance Unknown. All clauses shall be incorporated by reference in the order. Offerors are reminded to include a completed copy of the provision at 52.212-3 with their offer. The place of performance for this contract is unknown. Possible place of performance already identified is Johnstown, PA. The Contracting Officer will obtain wage determinations for additional places of performance if asked to do so in writing, no later than 12:00 noon, September 1, 2010. The provision at FAR 52.212-2 Evaluation - Commercial items applies to this solicitation. 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, price and other factors considered. All contractors shall submit with their quotation a written qualification and work experience statement and references for projects satisfactorily completed within the last two (2) years, demonstrating the contractor is qualified and experienced to perform the specialized work. The written qualifications and work experience statement shall be certified and signed by the principle of the contracting firm. Technical and past performance, when combined, are more important than price. The award will be a single firm fixed price contract. Quotes must be based on price per page and include a price for a total of 31,500 pages. Contractor is to provide one certified hard copy transcript and one electronic version of the transcript in Microsoft Word format. This announcement will close at 3:00 p.m, September 7, 2010. Quotes must be received by Contracting Officer, Rhonda Sizemore, by this date and time. Quotes must be submitted via email to sizemore.rhonda@dol.gov or via U.S. mail to Rhonda Sizemore, US DOL-MSHA, 1301 Airport Rd. Beaver, WV, 25813. All responsible sources may submit a quote which shall be considered by the agency. No faxed quotes will be accepted. No Vista or Zip files can be opened. Files must be either PDF or compatible with Microsoft Word and/or Excel 2003. Prospective contractors must be registered in the Central Contractors Registration (CCR) database and Online Representations and Certifications Application (ORCA) database prior to award of a Government contract. Offerors are futher advised that failure to register in the CCR or ORCA databases will render the contractor ineligible for awrad. Registration requires applicants to have a DUNS number. Registration is free and can be completed on-line at http://www.ccr.gov/ and at https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/54-10MR-629/listing.html)
 
Place of Performance
Address: MINE SAFETY & HEALTH ADMINISTRATION, 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02255087-W 20100827/100825235935-664634709109382bf7d023028b291d04 (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.