SOURCES SOUGHT
R -- Q2, Court reporter services STL 657-25-2-1028-0007
- Notice Date
- 11/29/2024 5:34:29 AM
- Notice Type
- Sources Sought
- NAICS
- 561492
— Court Reporting and Stenotype Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525Q0081
- Response Due
- 12/11/2024 8:00:00 AM
- Archive Date
- 12/21/2024
- Point of Contact
- Leslie Ross, Contract Specialist, Phone: 913-946-1964
- E-Mail Address
-
leslie.ross2@va.gov
(leslie.ross2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561492. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The following VAAR policies and clauses will be applicable to this requirement if an SDVOSB/VOSB entity is interested and qualified in this requirement: limitations on subcontracting requirements set forth in 15 U.S.C. ยง 657s and in VAAR 852.219-10 and 852.219-11); 852.219-77, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following for the VA Saint Louis Health Care System (VASTLHCS): TITLE OF PROJECT: Court Reporter Stenography/Transcribing Services GENERAL REQUIREMENTS The Contractor shall provide all labor, expertise, materials, vehicles, certifications, and equipment needed either remotely or at the requested in-person location sufficient to record sworn testimony for Administrative Investigative Boards (AIB), Administrative Hearings, EEO Mediation, Human Resource Hearings, etc., and deliver electronic transcripts for legal purposes. The contractor shall transcribe all sworn statements, hearings, and deposition hearings without the use of audio recording. The Contractor shall furnish the necessary personnel, materials, and services, and otherwise do all things necessary for the incidental to the verbatim reporting and transcription of proceedings or hearings and delivery of electronic transcripts for legal purposes. The contractor shall perform to the standards in accordance court reporting ethics, certifications, and standards. The Contractor shall utilize a backup system. This agreement include a base year and four (4) additional option years. If testimony must be retaken because of mechanical breakdown of the stenographic equipment or as a result of negligence by the Contractor, the Contractor shall provide the services necessary to retake the testimony, at no additional charge to the VASTLHCS or to any party to the litigation. In addition, the Contractor shall bear all transportation and subsistence costs, to be computed following travel regulations governing employees of the VASTLHCS, incurred by the parties and their witnesses and attorneys in attending or testifying at such retaking of testimony. The Contractor agrees that the assigned reporter shall perform all work in a business-like manner and according to the best standards of the reporting profession; and the Contractor, at all times, shall provide promptly at the time, date, and place designated, as many competent reporters and stenographers and maintain such staff and equipment at such times as may be necessary for the prompt recording of proceeding and the furnishing of satisfactory transcripts which shall conform to the requirements of this contract. To the maximum extent practical, when requested by the government, the Contractor shall assign the same reporter to a proceeding lasting more than one (1) day or, in the case of a lengthy proceeding, the same group of reporters. The Contractor agrees that the assigned reporter shall: For telephonic investigation, the Contractor shall make telephone contact with the presiding official at least fifteen (15) minutes before the start time. Telephonic investigations can include the use of Microsoft Teams, Webex, Zoom, etc., in addition to normal telephone landlines. For cases that require in-person services, the Contractor shall present him or herself to the presiding official at least fifteen (15) minutes before the time at the place of designated hearings, or in no case later than the time required to set up all required equipment and be able to begin verbatim reporting at the designated time. At all times be governed by the instructions of the presiding official in matters affecting the composition of the record, adjournment to other times or places, the hours of hearing, and matters of like character. Report everything spoken while a hearing is in session unless the presiding official directs an off-the-record discussion. Not omit from the record any part of a proceeding for which notes have been taken as required unless the presiding official so directs. Mark and number letter exhibits and arrange them in numerical or alphabetical order if directed to do so by the presiding official. Exhibit and attachment pages will not be considered in the page count for the transcript and will not be subject to any fee per page cost. The contractor shall not charge for transcript pages that are less than 13 lines in length, all longer pages will be paid for as full pages. All offerors must provide in detail their internal processes, equipment, and software used to meet all requirements in the Performance Work Statement (PWS). All work is to be performed by the Contractor as requested either remotely or at the requested in-person site. That each reporter is fully aware of the assigned work situation, including the occasional need for extending a hearing session beyond the normal workday. That each reporter is aware of the additional compensation available to him or her when required to work beyond the normal workday. That the additional compensation is received by the Contractor s reporters. The Contractor shall furnish complete transcripts, which accurately reflect the full verbatim record of the proceedings. When the presiding official determines that there are errors in the transcript, at the request of the presiding official the Contractor shall correct the errors and furnish the corrected transcript within five (5) calendar days after receipt of notification and without additional cost to the Government. The Contractor shall furnish legible transcripts. In the event the presiding official finds one or more copies of transcripts to be illegible, the Contractor shall correct and replace the same with acceptable copies within one (1) business day after receipt of notification from the presiding official and without additional cost to the Government. The Contractor shall follow the below format requirements: Transcripts shall be prepared following National Court Reporting Association guidelines. Pagination of the transcript shall be in a single series of consecutive numbers regardless of the number of days of the proceeding. Pagination of the transcript of a continuation of the proceeding shall follow consecutively the paging of the previous session in the same proceeding unless otherwise directed by the presiding official. Page numbers are to be placed at the bottom center of each page. There will be no additional cost per page for transcripts regardless of the method they are recorded (court reporter services, i.e., in-person or telephonic). Standard transcripts will include one original and two copies. In the original and each copy of the transcript, the title page showing name, docket number, place and date of proceeding, appearances, location, etc., shall be preceded by a page or pages of distinctive color, indexing the witnesses and exhibits to the testimony. Each transcript shall include one complete cumulative index of witnesses and exhibits. The index shall indicate the page devoted to the testimony of each witness and shall identify the exhibits by number or letter (as marked) and show which party introduced each exhibit; give a brief description of the nature of the exhibit; and state the page on which the exhibit was marked for identification and the page on which the exhibit was admitted into evidence, rejected, or withdrawn. Exhibits and attachments will not be considered in the page count of the transcript. This cost per page will include the paper copies and shipping of materials. Electronic transcripts will be provided in Adobe PDF format and emailed to the Program Point of Contact (POC) or designee who is identified at the time-of-service order. Electronic transcripts will adhere to all formatting requirements listed above. There will be no per-page cost for additional requested electronic copies. The electronic copy will be considered the property of the VASTLHCS. TYPE OF RECORDING Recordings shall be designated as Confidential. When a recording or any portion thereof is designated Confidential, the Contractor shall hold inviolate and in the strictest confidence any or all information that he/she may gain in the performance of his/her duties under this contract. The Contractor shall not divulge, sell, or distribute any or all information gained at a confidential recording unless directed in writing by the presiding official. DELIVERY SCHEDULE An electronic PDF transcript of each sworn testimony shall be recorded within four (4) business days of the date of the last sworn testimony and be emailed to the Contracting Officer Representative (COR) and designated recipient during regular business hours (8:00 am through 4:30 pm EST, Monday through Friday, excluding Federal Holidays). Expedited delivery of electronic transcripts, at the rates shown in the pricing schedule may be requested at the time-of-service request, provided that justification is provided by the requester, such as statutory time limits requiring expedited delivery for hearing completion. If required by the presiding judge, hearing officer, statute, or regulation, mailing of hard copy transcripts. requested for an additional fee as noted in the pricing schedule. This is the only time we will pay a per-page cost for additional copies with the exhibits and attachments not being included in this cost. The Contractor will determine within a reasonable time, normally within 24 hours of the time the request for services was made, whether, or not a reporter will be available. If this determination is not received, the VASTLHCS reserves the right to obtain the service from another source and to charge the Contractor with any excess cost that may result therefrom. The Department of Veterans Affairs will be the sole judge in determining when to order services from another source. PLACES OF PERFORMANCE: Hearings, boards, or testimony recordings will be transcribed through conference calls with the Court Reporter online. In rare cases, when required by the judge, hearing officer, or as required by statute, they may be required to take place at the following sites or designated locations (justification must be included in the request for an in-person court reporter): Medical Center Campuses: John Cochran Division 915 N Grand Blvd, St. Louis, MO 63106 Jefferson Barracks Division 1 Jefferson Barracks Dr. St. Louis, MO 63125 Office and Clinic Locations: Team I, Manchester Avenue Annex 4974 Manchester Ave. St. Louis, MO 63110 Team 2, Washington Avenue Annex 2727 Washington Ave. St. Louis, MO 63103 Washington, MO CBOC 1627 A Roy Dr. Washington, MO 63090 Saint Charles County CBOC 844 Waterbury Falls Dr. O Fallon, MO 63368 North Saint Louis County CBOC 6854 Parker Rd. Florissant, MO 63033 St. Clair County Clinic 1190 Fortune Blvd. Shiloh, IL 62269 Scott AFB 375th Medical Command 310 W. Losey St. Scott AFB, IL 62225 Hope Recovery Center 515 N Jefferson Ave. St. Louis, MO 63103 Women s Clinic 3615 Olive St. St. Louis, MO 63106 Dermatology Clinic 3615 Olive St. St. Louis, MO 63106 Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your sam.gov UEI number. Responses to this notice shall be submitted via email to Leslie Ross at Leslie.ross2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, December 11, 2024 at 1000 CT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7feae223391c41e7a1c057d35db7ffc8/view)
- Place of Performance
- Address: VA St. Louis Health Care System, USA
- Country: USA
- Country: USA
- Record
- SN07278175-F 20241201/241129230103 (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 |