Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2015 FBO #5102
SOLICITATION NOTICE

R -- Nation-wide Court Reporting Services

Notice Date
11/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
EEC45016Q0001
 
Archive Date
12/1/2015
 
Point of Contact
Gregory A Browne, Phone: (202) 663-4292
 
E-Mail Address
gregory.browne@eeoc.gov
(gregory.browne@eeoc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. Solicitation Number RFQ EEC45016Q0001 is being issued as a Request for Quotation (RFQ), and should be referenced on all correspondence. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83-3, effective on November 1, 2015. This solicitation is considered an unrestricted procurement. DESCRIPTION OF REQUIREMENT: The EEOC, Acquisition Services Division is requesting quotes for the acquisition of Court Reporting Services. The government contemplates the award of a firm-fixed price (FFP) contract. BACKGROUND: The Equal Employment Opportunity Commission (EEOC) is an agency of the United States of America charged with the administration, interpretation, and enforcement of the Americans with Disabilities Act (ADA), among others. The work described in this statement is to be performed for the Chicago District Office of the EEOC. The work relates to the EEOC litigation against United Parcel Service. In this litigation, the EEOC alleged that United Parcel Service violated the Americans with Disabilities Act (ADA) in that it discriminated against a class of employees by failing to accommodate its disabled employees who were out on medical leave, including by not allowing for an extension of leave as a possible reasonable accommodation. Currently there are approximately 130 claimants nationwide. At this time, depositions will have to be conducted in no fewer than 34 different states, including, but not limited to: Alabama, Alaska, Arkansas, Arizona, California, Colorado, Connecticut, Florida, Georgia, Iowa, Illinois, Indiana, Kansas, Kentucky, Louisiana, Massachusetts, Maryland, Michigan, Minnesota, Missouri, Mississippi, North Carolina, New Jersey, New Mexico, New York, Ohio, Oregon, Pennsylvania, Tennessee, Texas, Virginia, Vermont, Washington, and Wisconsin. Some of these depositions may be conducted outside major metropolitan areas. As such, EEOC requires that the contractor performing this service be a nation-wide firm. PURPOSE OF THE WORK: To obtain court reporting services at depositions for a large number of individuals who are located nationwide. WORK TO BE ACCOMPLISHED: The contractor shall perform the following services: The contractor shall provide court reporters nationwide, arrange the depositions, transcribe all depositions, forward transcripts to EEOC, and other court reporting services including attendance, depositions, e-transcript, transcripts, copies, exhibits, delivery, expedited service (on an as-needed basis), overtime, keyword index, manuscript, reading and signing by Deponent and notary service, video (on an as-needed basis), originals and copies and use of room. PERIOD OF PERFORMANCE: The period of performance will be from date of award through twelve (12) months. The depositions will take place within the timelines provided by the Court for completion. DELIVERABLES: Deposition transcripts, exhibits, and DVDs (if required). Deliveries shall be made to the Equal Employment Opportunity Commission, Chicago District Office, 500 W Madison St. Suite 2000, Chicago, IL 60661, ATTN: Legal Department. Deliveries shall be made by e-mail and/or regular first class mail, unless otherwise requested by the Contracting Officer’s Representative. All deliverables shall be packaged to ensure safe delivery. All transcripts shall be delivered within 14 calendar days of the deposition. EEOC requires one (1) copy of the e-transcript plus exhibits to be delivered to EEOC. CONFIDENTIALITY OF INFORMATION: All information supplied to the contractor for the performance of this contract is deemed confidential. Information provided to or gathered by the contractor will be maintained in such a manner as to restrict access to only those individuals who have a legitimate need to see or review the material in order to accomplish the project. The contractor shall not disclose any confidential information obtained in the performance of this contract. Any information or material provided by EEOC or gathered or developed by the contractor will be used by this contractor only for the express purpose of performing this contract. Any information either provided by EEOC or developed by the contractor during this project shall be deemed at all times to be the property of EEOC. Any and all information described immediately above shall at EEOC’s discretion be returned to EEOC or destroyed in accordance with procedures required by the EEOC. INVOICING: General. Strict compliance with the invoice instructions will facilitate early payment of invoices. However, no payment can be made until the contract and all subsequent modifications, if any, are returned, properly executed, to the Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, NE, Washington, D.C. 20507. Invoice Forms. The contractor may use copies of Standard Form 1034, Public Voucher for Purchases and Services Other Than Personal, or contractor’s regular invoice. Invoice Requirements. To constitute a proper invoice, the invoice must include the following information and/or attached documentation: (1) Name of business concern and invoice date; (2) Contract number or other authorization for delivery of property or services; (3) Description, price, and quantity of property and/or services actually delivered or rendered; (4) Shipping and payment terms; (5) Name (where applicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent; and (6) Other substantiating documentation or information as required by the contract. SUBMISSION OF INVOICES: A copy of the invoice for work performed shall be submitted monthly to the Contracting Officer’s Representative along with the original sent to the following address: Interior Business Center C/O Equal Employment Opportunity Commission IBC Vendor Payments Attention: EEOC Invoice Processing Team 7301 West Mansfield Avenue Mail Stop - D2770 Denver, CO 80235 IBC Help Desk Number: 1-888-367-1622 E-Mail Invoices to: eeoc_vendor_ payments_IBCDenver@IBC.DOI.Gov (spaces represent the underscore) Invoices shall be prepared and submitted in required number containing the information described above under Invoice Requirements. The invoice should include the contract number, an invoice number, and an itemized bill including the number of hours worked and a description of the work performed. SCHEDULE OF SUPPLIES/SERVICES: The quotation package shall include the following line items in a written quotation: CLIN 0001: Attendance of Court Reporter (Quantity: 600 hours) Unit Price $____ per hour,Total for CLIN 0001 $_____; CLIN 0002: Transcription of Deposition and Copies of Transcripts - Nation-wide (Quantity: 13,000 pages) Unit Price $____ per page, Total for CLIN 0002 $_____; CLIN 0003: Transcription of Deposition and Copies of Transcripts - State of Illinois (Quantity: 4,000 pages) Unit Price $____ per page, Total for CLIN 0003 $_____; and CLIN 0004: Deposition Transcripts and Exhibits (Quantity: 1 Lot) Unit Price $____, Total for CLIN 0004 $_____. Total Price for CLINs 0001 through 0004: $_____. PLACE OF DELIVERY: EEOC, Chicago District Office, Attn: Legal Department, 500 W. Madison Street, Suite 2000, Chicago, IL 60661 A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the System for Award Management (SAM) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.sam.gov. Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation. SUBMISSION OF QUOTATION: The quoter shall submit their quotation in two volumes. Volume I shall include a written response to the Go or No-Go Evaluation Factors For Award. Volume II shall include the following items: Part I: The quoter shall provide a price and description of all CLINs (0001 thru 0004) with the total price. Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. Quotes must be firm-fixed priced and include all quantities listed above on an all or none basis. Your quotation in response to RFQ EEC45016Q0001 is due November 16, 2015 at 2:00 p.m. ET. One (1) electronic copy of the quotation may be submitted via e-mail, addressed to gregory.browne@eeoc.gov. QUESTIONS: Questions regarding this request for quotation should be submitted to Melisza Coates [Contract Specialist] via e-mail at melisza.coates@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ EEC45016Q0001 is November 12, 2015, 11:00 a.m. ET. Any questions received after the above mentioned date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before November 27, 2015. BASIS OF AWARD: The government intends to award a firm fixed-price contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the lowest price technically acceptable (LPTA) evaluation approach. EVALUATION FACTORS FOR AWARD: The evaluation of quotations shall be on a GO or No-Go basis and will occur in two sequential stages: Technical evaluation determines whether quotations are technically acceptable or unacceptable, followed by a price evaluation. GO: To be technically acceptable, all of the technical requirements as specified in this solicitation are met by the quoter. The technical capability factors are as follows: Factor 1. Nation-wide Capability Standard: The quoter must provide evidence that it is capable of providing court reporting services on a nation-wide basis with less than a week’s notice. The quoter must provide evidence that it has the capability of providing court reporting services in all fifty (50) states, including outside major metropolitan areas. Factor 2. Time of Delivery Standard: The quoter must provide a written statement indicating that their firm can provide the required court reporting services, and deliver the transcript within the timeframe stated in the RFQ. Factor 3. Experience on Similar Contracts Standard: The quoter must provide evidence that it has successfully performed a minimum of three (3) contracts for the same or similar services within the past three (3) years to include contract type, contract number, contract value, point of contact name and telephone number, and the type of service provided. NO-GO: An unacceptable quote contains one or more deficiencies. The quote fails to meet specified technical requirements of this RFQ, and not all of the technical requirements are met by the quoter. Once the quotes have been determined to be technically acceptable, award will be based on lowest price. All responsible sources may submit a quotation which will be considered by the EEOC. Interested quoters are responsible for ensuring that their submitted quote has been received, and is legible. APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and/or clauses apply to this acquisition: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; and, 52.204-7, System for Award Management. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items with their quote. FAR Clauses: FAR 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 are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52,222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System For Award Management are incorporated by reference; 52.233-3, Protest After Award; 52.239-1, Privacy or Security Safeguards; and, 52.233-4, Applicable Law for Breach of Contract Claim; are incorporated by reference. To obtain the above provision and clauses in full text, please visit https://www.acquisition.gov. Method of payment: Electronic Funds Transfer (EFT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/EEC45016Q0001/listing.html)
 
Place of Performance
Address: Nation-wide, United States
 
Record
SN03942976-W 20151112/151110234637-e726a55c57c2d322eba6f9cbe5c35908 (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.