Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2016 FBO #5192
SOURCES SOUGHT

R -- Court Reporter

Notice Date
2/8/2016
 
Notice Type
Sources Sought
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-16-T-2350
 
Point of Contact
Efrem Mason, Phone: 7574435964
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation available at this time. Military Sealift Command in Norfolk, VA, (Agency) has a requirement for transcription and court reporting services for the following cities/areas/locations in the Continental United States: Norfolk, VA; Virginia Beach, VA, and San Diego, CA. Estimated issue date of this solicitation is on/about 15 July 2016. After issuance, solicitation may be obtained on FebBizOpps website. All Small Business Administration Certified 8(a) Small Businesses are encouraged to respond. The Appropriate NAICS Code is 561492 (Court Reporting and Stenotype Services). The Government will determine whether, a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract on or about 1 September 2016. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential Certified 8(a) Small Businesses sources prior to determining the method of acquisition and issuance of an award. Some of the duties and responsibilities includes but not limited to the following: 1.1 Introduction. The contractor shall provide a qualified, experienced and certified Court Reporter (court reporter) on an as needed basis to provide transcription and court reporting services for Military Sealift Command in the following cities/areas/locations in the Continental United States: Norfolk, VA; Virginia Beach, VA, and San Diego, CA. The transcription and court reporting services shall be provided for verbal testimony given during various proceedings, such as fact-findings, review boards, hearings, administrative investigations, depositions, and other legal proceedings requiring a transcribed record. The contractor shall be responsible for providing all court report equipments, its maintenance, and replacement during testimony, if necessary. The court reporter must have authority to administer oaths and take sworn testimony. The contractor will transcribe testimony using the appropriate format as agreed upon or as directed by the subject forum's orders and procedures. The court reporter must be able to access the Naval Installations on their own. 1.2 Deliverables/Tasks. The contractor shall provide the following but not limited to: 1.2.1 Verbatim transcript of the testimony taken during the following possible proceedings fact-findings, review boards, hearings, administrative investigations, depositions, and other similar legal proceedings requiring a transcribed record. The testimony provided may be given on a face to face basis or remotely via a video-teleconference (VTC), by telephone, and/or via computer or other remote means allowed and acceptable. 1.2.2 A condensed version of the transcript to include a word index will be provided only to the Agency upon request. 1.2.3 Provide a verbatim transcript within the specified time identified for each event. In most cases, this means that court report must provide a transcription of the testimony to the Agency, Investigator or Administrative Judge within 14 calendar days. However, there may be instances where the transcripts will be required in less than 14 calendar days or more than 14 calendar days. The task orders will provide the required delivery date. 1.2.4 Provide real time and read back capabilities. 1.2.5 Provide an ASCII diskette of the verbatim transcript to the Agency or the Investigator, upon request. In lieu of diskette, electronic version in word format is acceptable. 1.2.6 The court reporter must be able to gain access on their own to the Naval Installations and any other locations where services are required. 1.2.7 Most court reporter services will be conducted during normal business hours from 8:00 AM to 5:00 PM Monday through Friday. However, there may be occasions where it is will be necessary to take testimony outside of these hours, on weekends and on holidays. Contractor must have the flexibility to work during the normal hours and, when necessary, at these other times. This may require coming early and/or staying late. 1.2.8 The majority of the jobs will be conducted at the Agency's offices located at Norfolk, VA; and San Diego, CA. However, there may be instances where the Court Reporter will have to provide services at locations at Norfolk, VA; Virginia Beach, VA, and San Diego, CA. The successful offeror must be flexible and able to provide court reporter services at any of these locations. 1.2.9 MSC used these services 30 times over the past year as follows: LOCATION ESTIMATE Norfolk, VA 25 San Diego, CA 5 Virginia Beach, VA 0 MSC estimates the required court reporter services will be approximately the same, but could increase or decrease. The number of times MSC used court reporter services over the past year provides only an estimate of the potential future workload for planning purposes. The actual number of times MSC may require court reporter services in a year may be more or less depending on the volume of litigation. 1.2.10 The estimated period of performance under the contract is as follows: BASE AND OPTIONS DATE RANGE BASE PERIOD (1 YR) 01 Oct 16- 30 Sep 17 OPTION PERIOD 1 (1 YR) 01 Oct 17- 30 Sep 18 OPTION PERIOD 2 (1 YR) 01 Oct 18- 30 Sep 19 ** The perspective contractor must enroll in Rapid Gate for base access. A brief explanation of RAPID Gate is listed below: RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). It is requested that interested Certified 8(a) Small Businesses submit to the contracting office a brief capabilities package demonstrating ability to perform the above duties. Additionally, your package shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE code and a statement regarding Certified 8(a) Small Businesses designation and status; (2) The facility where the vendor is located; (3) Partnership agreements with any large businesses. Please provide your response to this sources sought notice by 0800 am EST on 26 February 2016 via snail mail or email. Please submit your response to the address below: Department of the Navy Military Sealift Command ATTN: Efrem Mason, Code N102C1 BLDG SP-64 471 East C Street Norfolk, VA 23511 Submissions may be made by e-mail to efrem.mason@navy.mil. Fax submissions of the capabilities WILL NOT be accepted. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government as to the extent of this procurement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Questions or comments regarding this notice may be addressed to Efrem Mason at the above address or via email. The applicable Wage Determination as determined by the DOL will apply to the individual BPA Call.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f4b4a184e61f3144e947c01e5bb576a)
 
Place of Performance
Address: Naval Base Norfolk, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN04013502-W 20160210/160208234717-2f4b4a184e61f3144e947c01e5bb576a (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.