Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2022 SAM #7632
SOURCES SOUGHT

R -- BPA for Court Reporting Services

Notice Date
10/21/2022 9:10:17 AM
 
Notice Type
Sources Sought
 
NAICS
561492 — Court Reporting and Stenotype Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ23Q1018
 
Response Due
11/4/2023 12:00:00 PM
 
Point of Contact
John Akin, Phone: 8163893577, David M. Best, Phone: 8163893404
 
E-Mail Address
john.h.akin@usace.army.mil, david.m.best@usace.army.mil
(john.h.akin@usace.army.mil, david.m.best@usace.army.mil)
 
Description
Office of Council Court Reporting Services Master Blanket Purchase Agreement (BPA) for the United States Army Corps of Engineers, Kansas City District This is a sources sought announcement issued in accordance with DFARS 236.272 and the United States Army Corps of Engineers Acquisition Instruction (UAI) 5136.272. This is a notice for sources sought only. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications, or drawings available with this announcement. It DOES NOT constitute a procurement commitment by the U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), implied or otherwise. No contract will be awarded from this sources sought notice. Response is strictly voluntary, and no reimbursement will be made for any cost associated with providing information in response to this sources sought, or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis. The US Army Corps of Engineers (USACE), Kansas City District (NWK), has a need for transcription/court reporting services to create verbatim transcripts of depositions, hearings, or public meetings where the spoken word must be preserved as a written transcript. These transcripts ensure a complete, accurate, secure and confidential legal record of proceedings, and document all statements made during depositions, hearings, or public meetings. A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services.� The BPAs that will be established fall within the same category of expertise within a broad class of services that are generally purchased, but exact services, quantities, and delivery requirements are not known in advance and may vary considerably.� When a requirement is needed, a Request for quote (RFQ), attached with a more specific scope of work, will only be solicited to all Master BPA holders within the NWK district that have the same PWS.� When a quote is accepted by the Government, a BPA Call will be awarded against the awardee�s Master BPA.� The proposed project will be a Blanket Purchase Agreement (BPA) with an estimated call magnitude of $10,000 to $50,000. The period of performance for each call is expected to be within 30 days; the BPA shall be put in place around November 30, 2022. The Kansas City District is attempting to define and clarify what would be the best method for soliciting this work to ensure maximum competition.�� Additional information may be requested after initial response, either from individual respondents or all respondents. This sources sought is the only document that will be published notifying potential offerors of the Government�s intent of establishing a competitive market base. The North American Industry Classification System (NAICS) code for this requirement is 561492 Court Reporting Services. The small business size standard for this requirement is $16.5M. Company Information (Identify if using a joint venture or partnering). The following information is required. ? Company Name ? Mailing Address ? Contact Phone Number and E-Mail ? Cage Code * ? Duns Number Offeror's interest in providing a proposal if a solicitation is issued. Capability: Provide your firms capability to perform this requirement. Have you performed the types of work listed in the description of the requirement? How much of each type of work did you complete as the prime or sub-contractor? What is your minimum lead time required to schedule services? Is there a deposit required to hold dates? Does your firm offer in-person services? In the event travel is required is there an additional fee associated with travel? Does your firm have the capability to conduct virtual depositions?� For virtual events what platform do you utilize? Due to Agency firewall restrictions, we would require a test with the selected firm prior to the scheduled deposition or hearing in which the firm would act as the host. �Is your firm capable of conducting such test? Does your firm have the capabilities to record during a deposition or hearing?� Is there an additional fee for these services? What is your standard transcript turnaround time? Does your firm charge an additional fee for expedited transcripts? Is there an additional charge for exhibits over a certain quantity and/or number of pages? Ability to successfully comply with the following provisions: ? FAR 52.219-8 Utilization of Small Business Concerns ? FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation Offeror's type of business and business size. If a small business, Company�s current small business category (Small Business, HUBZone, Service-Disabled Veteran Owned, Woman-Owned, and/or 8(a)) as it relates to NAICS Code 561492 or something similar. Please provide 2-3 descriptions of projects you have completed of similar scale, and similar work. *If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAM website as soon as possible (register through https://www.sam.gov/SAM/ website). A CAGE code is required prior to the submission of your proposal/bid, but not required for this sources sought. Offerors are advised that information provided to the Government about the products or devices proposed will be considered For Official Use Only (FOUO) and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely. Offeror�s are advised that information provided to the Government in regard to the products or devices proposed will be considered Controlled Unclassified Information (CUI) and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely. Points of contacts: Mr. John Akin, Contract Specialist, Telephone: 816-389-3577; E-Mail: ���John.h.akin@usace.army.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87cd3af91cc849db95f3de5678488038/view)
 
Place of Performance
Address: Kansas City, MO 64106, USA
Zip Code: 64106
Country: USA
 
Record
SN06500480-F 20221023/221021230113 (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 |
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.