The RFP Database
New business relationships start here

Registered Court Reporter


South Dakota, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is RFP-19-241-SOL-00001 and is issued as a Request For Proposal. The solicitation document and incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2019-01.

This is a Women-Owned Small Business Set-aside solicitation. NAICS code is 561492 - Court Reporting and Stenotype Services, Small Business Size Standard is $15.0 Million.

The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.

Contract Line Items:

Base Year: May 1, 2019 - April 30, 2020
1. Registered Court Reporting Services 16 Hours @$_________/Hearing, Totaling $_________
2. Materials 1 Hearing @$_________/Hearing, Totaling $_________
3. Postage 1 Hearing @$_________/Hearing, Totaling $_________
4. Cancellation Fee 1 Hearing @$_________/Hearing, Totaling $_________

Total - Base Year $_________


Option Year One (1): May 1, 2020 - April 30, 2021
5. Registered Court Reporting Services 16 Hours @$_________/Hearing, Totaling $_________
6. Materials 1 Hearing @$_________/Hearing, Totaling $_________
7. Postage 1 Hearing @$_________/Hearing, Totaling $_________
8. Cancellation Fee 1 Hearing @$_________/Hearing, Totaling $_________


Total - Option Year One (1) $_________


Option Year Two (2): May 1, 2021 - April 30, 2022
9. Registered Court Reporting Services 16 Hours @$_________/Hearing, Totaling $_________
10. Materials 1 Hearing @$_________/Hearing, Totaling $_________
11. Postage 1 Hearing @$_________/Hearing, Totaling $_________
12. Cancellation Fee 1 Hearing @$_________/Hearing, Totaling $_________


Total - Option Year Two (2) $_________


Option Year Three (3): May 1, 2022 - April 30, 2023
13. Registered Court Reporting Services 16 Hours @$_________/Hearing, Totaling $_________
14. Materials 1 Hearing @$_________/Hearing, Totaling $_________
15. Postage 1 Hearing @$_________/Hearing, Totaling $_________
16. Cancellation Fee 1 Hearing @$_________/Hearing, Totaling $_________


Total - Option Year Three (3) $_________


Option Year Four (4): May 1, 2023 - April 30, 2024
17. Registered Court Reporting Services 16 Hours @$_________/Hearing, Totaling $_________
18. Materials 1 Hearing @$_________/Hearing, Totaling $_________
19. Postage 1 Hearing @$_________/Hearing, Totaling $_________
20. Cancellation Fee 1 Hearing @$_________/Hearing, Totaling $_________


Total - Option Year Four (4) $_________

Total - Base Year and Four 1-Year Options $_________

The Great Plains Area Office is soliciting proposals for an ID/Indefinite Quantity, Firm Fixed-Price, Non-Personal Services contract for Registered Court Reporter Services for the Great Plains Area, EEO Department, Aberdeen, SD 57401:

Registered Court Reporter Services include: (List is not all-inclusive.) (See SOW for specifics.)
A. Provide a copy of certificate/license from a school accredited by the National Court Reporters Association.
B. Provide 8 to 16 hours of registered court reporter services per EEO Hearing.
C. Furnish original legal record/report and two copies with 72 hours after hearing has concluded.

The period of performance will be from May 1, 2019 - April 30, 2020 with four 1-year options with performance dates of May 1, 2020 - April 30, 2021, May 1, 2021 - April 30, 2022, May 1, 2022 - April 30, 2023, and May 1, 2023 - April 30, 2024, respectively.

INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award:

Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including:

FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form.

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014).
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers:

Qualification
Past Performance

All qualified candidates will receive an award.

Basis for Award for Task Orders is LPTA (Lowest Price, Technically Acceptable).
Task orders will be competed between all awardees by the issuance of a Request for Quote upon receipt of a requirement for a Hearing. The following factors shall be used to evaluate offers:

Availability to perform the Hearing
Cost

FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.

FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Oct 2018) (Incorporated by Reference); and

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019).

The full text of a clause may be accessed electronically at: www.acquisition.gov/far

The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation.

Proposal is due on April 25, 2019 @10:00am CDT/CST. Submit proposal to:
Great Plains Area Indian Health Service
Attn: Connie Valandra, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7567
Facsimile: 605/226-7669
E-mail: connie.valandra@ihs.gov

Note to the Proposed Contractor:

OIG Exclusion List
No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider.

In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.

The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.

The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s).


Connie R Valandra, Supervisory Contract Specialist, Phone 605-226-7567, Fax 605-226-7669, Email connie.valandra@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP