Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
AWARD

10 -- Court Reporting Services

Notice Date
9/24/2015
 
Notice Type
Award Notice
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-15-A-3005
 
Response Due
8/31/2015
 
Archive Date
10/30/2015
 
Point of Contact
TSgt Chad Hagen, 757-764-7600
 
E-Mail Address
USPFO for Virginia
(chad.hagen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912LQ-15-A-3005
 
Award Date
9/24/2015
 
Awardee
OLENDER REPORTING, INC. (131948390) <br> 1100 CONNECTICUT AVE NW STE 810 <br> WASHINGTON, DC 20036
 
Award Amount
$150,000.00
 
Line Number
all
 
Description
This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 561492 size standard of $15.0 M The purpose of this agreement is to provide COURT REPORTER SERVICES for the Virginia Air National Guard in accordance with the attached Description of Agreement/PWS. Quote deliverables: 1.Pricing (see below bid schedule) 2.Certifications such as RPR(Registered Professional Reporter)/CVR or NCRA(National Court Reporters Association)/NVRA (National Verbatim Reporters Association) or equivalent designation, CCR certification or equivalent, and VCRA (Virginia Court Repoorters Association) certification or equivalent. Court Reporter Bid Schedule Base Year CLIN 0001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 0002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 0003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 0004 Verbatim legal transcription service $__________per page CLIN 0005 ECMRA Reporting Fee $___________per reporting period (1 Oct 15-30 Sep 16) Option Year I CLIN 1001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 1002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 1003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 1004 Verbatim legal transcription service $__________per page CLIN 1005 ECMRA Reporting Fee $___________per reporting period (1 Oct 16-30 Sep 17) Option Year II CLIN 1001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 1002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 1003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 1004 Verbatim legal transcription service $__________per page CLIN 1005 ECMRA Reporting Fee $___________per reporting period (1 Oct 17-30 Sep 18) Option Year III CLIN 2001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 2002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 2003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 2004 Verbatim legal transcription service $__________per page CLIN 2005 ECMRA Reporting Fee $___________per reporting period (1 Oct 18-30 Sep 19) Option Year IV CLIN 3001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 3002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 3003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 3004 Verbatim legal transcription service $__________per page CLIN 3005 ECMRA Reporting Fee $___________per reporting period (1 Oct 19-30 Sep 20) Option Year V CLIN 4001 Court Reporter Appearance Fee $__________per hour (0-2 hours) CLIN 4002 Court Reporter Appearance Fee $__________per hour (2-4 hours) CLIN 4003 Court Reporter Appearance Fee $__________per hour (4-8 hours) CLIN 4004 Verbatim legal transcription service $__________per page CLIN 4005 ECMRA Reporting Fee $___________per reporting period (1 Oct 20-30 Sep 21) The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-16, Commercial and Government Entity Code Reporting C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment C- 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items C- 52.212-4, Contract Terms and Conditions-Commercial Items C- 52.219-6, Notice of Total Small Business Set Aside C- 52.222-3, Convict Labor C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies C- 52.222-21, Prohibition of Segregated Facilities C- 52.222-26, Equal Opportunity C- 52.222-35, Equal Opportunity for Veterans C- 52.222-36, Equal Opportunity for Workers with Disabilities C- 52.222-37, Employment Reports for Veterans C- 52.222-41, Service Contract Act of 1965 C- 52.222-50, Combating Trafficking in Persons P- 52.222-55, Minimum Wages Under Executive Order 13658 C- 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts C- 52.223-5, Pollution Prevention and Right to Know Information C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C- 52.225-13, Restrictions of Certain Foreign Purchases C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors C- 52.233-3, Protest After Award C- 52.233-4, Applicable Law for Breach of Contract Claim C- 252.203-7000, Contracting Officer's Representative P- 252.203-7005, Representation Relating to Compensation of Former DoD Officials P- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation C- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7012, Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors (P) 252.209-7993, Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Deliquent Tax Liability or a Felony Convictiom under Federal Law C- 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials P- 252.225-7031, Secondary Arab Boycott of Isreal P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate C- 252.225-7001, Buy American and Balance of Payments Program C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.232-7010, Levies on Contract Payments C-252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel C- 252.244-7000, Subcontracts for Commercial Items Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. quote mark Best value quote mark means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators. This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.222-42, Statement of Equivalent Hires C-52.252-2, Clauses Incorporated by Reference C-52.252-6, Authorized Deviations in Clauses P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law C- 252.211-7008, Use of Government Assigned Serial Number Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 24 August 2015. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 11:59 p.m. EST on 31 August 2015 to email 192.FW.MSC@US.AF.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-A-3005/listing.html)
 
Record
SN03902103-W 20150926/150924235726-322a507b21564d9bb29da0145a7dfce5 (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.