SOLICITATION NOTICE
R -- Transcription Services
- Notice Date
- 9/2/2020 9:21:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E20Q0253
- Response Due
- 9/10/2020 8:59:00 AM
- Archive Date
- 11/09/2020
- Point of Contact
- Millicent Covert, Contract Specialist, Phone: (412) 822-3488
- E-Mail Address
-
millicent.covert@va.gov
(millicent.covert@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E20Q0253. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for Service Disabled Veteran Owned Small Business concerns (To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. 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 www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Development Service (HSR&D), Center for Information Dissemination and Education Resources (CIDER) at the VA Boston Healthcare System Jamaica Plain Division has a requirement to purchase transcription services for cyber seminars and other interviews and meetings using audio recordings supplied by CIDER. A firm-fixed price contract will be awarded for the purchase of services in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required services. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required services to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required services. 1.2. REQUIREMENT The VA HSR&D Center for Information Dissemination and Education Resources (CIDER) is the managing organization with the Department of Veterans Affairs for this project. The Cyber Seminar Coordinator and/or the Social Media Coordinator of CIDER shall be the contractor s principal points of contacts regarding the execution of the contract s requirements. The contractor shall provide transcription services for cyber seminars and other interviews and meetings using audio recordings supplied by CIDER. The vendor shall also provide the following: English transcription of 1:1 interviews with good audio quality All transcription systems and processes to follow strict HIPAA compliance guidelines. All data to undergo 256 SSL encryption both in transit and at rest. All data undergo triple proof accuracy . Provide a secure login to its web-based transcription system, through which audio files for transcription on-demand may be submitted. Turnaround time same day or no later than 24 hours after submission. No extensions granted FEE SCHEDULE Please provide fee schedule/rate based on the number of recorded audio minutes submitted for transcription Please provide any additional work fees (i. e.: time stamps, formatting, etc.) PERFORMANCE PERIOD (start date before October 1, 2020) Base Year + Three (3) Option Years The evaluation of quotes and the determination of the services shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the services meet or exceed all requirements. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. 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 www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E20Q0253 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Thursday, September 10, 2020, NLT 11:59 AM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a1fc067486043399013fcafb0774da8/view)
- Place of Performance
- Address: VA Boston Healthcare System Jamaica Plain Division 150 S Huntington Ave, Boston 02130
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN05783793-F 20200904/200902230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |