Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
DOCUMENT

R -- Court Reporter Transcription Services - Attachment

Notice Date
1/5/2018
 
Notice Type
Attachment
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q0169
 
Response Due
1/19/2018
 
Archive Date
3/20/2018
 
Point of Contact
Timothy J. Myers
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FedBizOpps Sources Sought Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE Y NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION See Performance Work Statement (PWS) and Attachment 1 List of Alternate Locations AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS (PRIMARY) POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Sources Sought Notice Rev. March 2010 R Court Reporter Transcription Services 80111 36C25918Q0169 01-19-2018 60 N 561492 Department of Veterans Affairs Network Contracting Office (NCO) 19 6162 S. Willow Drive, Suite 300 Greenwood Village, CO 80111-5113 Timothy J. Myers Office of Community Care Workforce Management Townsite Plaza 2 120 SE 6th Ave. Suite 102 Topeka, KS 66603-3515 66603-3515 USA Timothy.myers5@va.gov Timothy.myers5@va.gov Page 2 of 24 Court Reporter Transcription Services VA HANDBOOK 6500.6 MARCH 12, 2010 APPENDIX C C-12 A - 1 Page 1 of 23 Page 1 of 23 Page 6 of 7 Page 6 of 7 THIS IS A REQUEST FOR INFORMATION ONLY AGENCY: Department of Veterans Affairs (VA) OFFICE: Office of Community Care Workforce Management (OCC-WFM) NOTICE TYPE: Sources Sought POST DATE: January 5, 2018 RESPONSE NLT DATE: January 19, 2018 @ 3:30 PM EST ORIGINAL SET ASIDE: SDVOSB NAICS CODE: 561492 - Court Reporting Services SYNOPSIS THIS IS NOT A SOLICITATION: This is a Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This Sources Sought is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) - or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this Sources Sought; all costs associated with responding to this Sources Sought will be solely at the interested vendor s expense. Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this Sources Sought is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. CONTRACTING OFFICE ADDRESS: VHA, SAO West, Network Contracting Office (NCO) 19 6162 S. Willow Drive, Suite 300 Greenwood Village, CO 80111-5113 POINT OF CONTACT: Timothy J. Myers Contracting Officer Timothy.myers5@va.gov OVERVIEW The Veterans Administration is performing market research for a potential requirement for a contractor to provide all labor, expertise and equipment for the selected VA Office of Community Care (OCC) site sufficient to record sworn testimony for various situations to include, but not limited to Administrative Investigative Boards (AIBs), Administrative Hearings, and Human Resources (HR) hearings. OCC sites are located across the United States and also include Puerto Rico, Guam and Saipan (refer to Attachment 1- Alternate Places of Performance). Primary duties include, but are not limited to the following: Provide one Certified Court Reporter. Record sworn testimony, conduct verbatim reporting and transcription of proceedings. Recording/transcription via videoconference may be authorized for investigations when/if it is available at the specified location. Furnish transcripts. Please respond to this Sources Sought if your company can perform this requirement in accordance with FAR Part 52.219-14 - Limitations on Sub-Contracting (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov  2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to (1) Contracts that have been set aside or reserved for small business concerns or eight ((8(a)) a concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or eight ((8(a)) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least fifty (50)  percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least fifty (50) percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade Contractors. The concern will perform at least twenty (25) percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) SPECIFIC RESPONSE INSTRUCTIONS Submit your Sources Sought response in accordance with the following: Do not provide more than ten (10) pages, including attachments, excluding transmittal page; Include the name, email address, and phone number of the appropriate representative of your company; Submit your response via email to timothy.myers5@va.gov Submit your response NLT January 19, 2018 @ 3:30 PM EST Mark your response as Proprietary Information if the information is considered business sensitive; DO NOT PROVIDE MARKETING MATERIALS INFORMATION REQUESTED FROM INDUSTRY In response to the Sources Sought, interested Contractor s shall submit the following information: 1. COMPANY INFORMATION/SOCIO-ECONOMIC STATUS: Provide the company size, DUNS #, Cage Code, and POC information (name, e-mail, address, telephone, and fax numbers); VA has identified the appropriate North American Industry Classification System (NAICS) Code 561492 Court Reporting Services, which has a size standard of 15 Million for this Sources Sought. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached PWS; and Indicate whether your company, Sub-Contractor s, teaming partners, joint ventures has a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA s Vet-Biz repository? 2. BACKGROUND/PAST EXPERIENCE: Provide the following information on three (3) Insurance Identification and Validation projects in a healthcare environment of similar scale completed within the last three (3) years for which the responder was a prime or Sub-Contractor. The name, address, and value of each project; The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material; The name, telephone and address of the owner of each project; A description of each project, including difficulties and successes; and Your company s role and services provided for each project. 3. CAPABILITIES/QUALIFICATIONS OVERVIEW OF PROPOSED SOLUTION(S): Include a description of the capabilities/qualifications/skills your company possesses for each of the below statements: Assessment of capabilities to perform all the requirements noted in the draft PWS. Contractors are encouraged to make comments to improve the overall Performance Work Statement to comply more closely with industry standards. 4. TEAMING ARRANGEMENTS: Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 5. PRICING: Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6. OTHER MARKET INFORMATION: Provide any other relative information. This information must be included within the ten (10) page limitation. 7. OTHER FEDERAL EXPERIENCE: Identify the federal contract vehicles. VA HANDBOOK 6500.6 MARCH 12, 2010 APPENDIX C C-12 A - 1 Page 1 of 23 Page 1 of 23 Page 6 of 7 Page 6 of 7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0169/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q0169 36C25918Q0169_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002586&FileName=36C25918Q0169-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002586&FileName=36C25918Q0169-001.docx

 
File Name: 36C25918Q0169 P02 - RFI -36C25918Q0169 03.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002587&FileName=36C25918Q0169-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002587&FileName=36C25918Q0169-002.docx

 
File Name: 36C25918Q0169 Performance Work Statement 12132017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002588&FileName=36C25918Q0169-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002588&FileName=36C25918Q0169-003.docx

 
File Name: 36C25918Q0169 Attachment 1 - Locations.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002589&FileName=36C25918Q0169-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4002589&FileName=36C25918Q0169-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04782138-W 20180107/180105230545-a81da09255b1d45ba083e73d95663411 (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.