Federal Bid

Last Updated on 11 Jul 2019 at 3 AM
Combined Synopsis/Solicitation
Location Unknown

AFOSI Transcription Services

Solicitation ID FA7014-15-A-3002
Posted Date 10 Jul 2015 at 8 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside women-owned small business (wosb) program set-aside (far 19.15)
Contracting Office Fa7014 Afdw Pk
Agency Department Of Defense
Location United states

Please see the attached Questions and Answers - 7 July 2015 for the AFOSI Transcription Services BPA. The proposal submission date remains the same, 15 July 2015.
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Please see Attached - COMBINED
  SYNOPSIS SOLICITATION

FA7014-15-A-3002: Air Force Office of Special Investigations (AFOSI) - Transcription Services Overview:

AFDW/PK will award one Blanket Purchase Agreement (BPA) for Transcription Services using Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 12, 13 and 15. This is a combined synopsis/BPA advertisement for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and the attached constitute the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. See the Statement of Work (SOW) and attached Terms and Conditions for more details on this AFOSI Headquarters work. The resultant BPA will be no. FA7014-15- A-3002 (please see the attached draft "FA7014-15-A-3002" document).

 
This procurement is a total Woman-Owned Small Business set-aside. Only responsible Women-Owned Small Businesses may submit quote(s) to be considered by the Department. The North American Industry Classification System code is 561990. The place of performance for this contract will be on the contractor's premises.

Instructions to Offerors:

To assure a timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all BPA requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those ineligible for award. The response shall consist of two (2) separate parts, Part 1- Technical Capability and Part 2 - Pricing.

 

1. 1. For the Technical Capability: Submit a narrative detailing your approach to providing the services described in the Statement of Work. Address your technical approach to providing AFOSI the Transcription Services along with the following:

•a.   A Capability Statement with a list of services provided.

•b.   Relevant and recent (within the past five (5) years) past performance.

The Offeror who fails to meet any of the requirements will be deemed technically unacceptable. In accordance with the attached SOW the Offeror must successfully describe their plan. Part 1, Technical Capability, should be no longer than ten (10) pages.

 

•2.  Pricing: The Offeror shall provide the price for CUN 0001. The Offeror shall use the Pricing Chart listed below.  The number of units shall reflect the number required by the Government and listed on the pricing chart.  The number of units will be multiplied by the unit price to equal a total price per CUN. The grand total shall include the total price, base, plus four option years rounded to two (2) decimal places.  Include unit prices rounded to two (2) decimal places.


Pricing Chart

Submit a Firm Fixed Price for each hour of audio tape that shall be transcribed.

 

LINE ITEM

 

Description

Estimated No. of Units

Unit Price

Total Amount

 

CLIN

0001

 

Transcription Services

 

50

 

$

 

$

CLIN

1001

 

Transcription Services

100

$

$

CLIN

2001

 

Transcription Services

100

$

$

CLIN

3001

 

Transcription Services

100

$

$

CLIN

4001

 

Transcription Services

100

$

$

 

Grand Total

 

 

$

 

The Government will award this BPA to the Lowest Priced Technically Acceptable (LPTA) offer that conforms to the requirements in the BPA and to these instructions. The timeframe for acceptance for the specified offer/quoted prices of the Offerors should be or up to 60 days after the quote is submitted.

 

•3.  Basis for Award: The basis for award will be established based on a technical review of Capability Statements for technical acceptability. The reviewers will specifically focusing on the depth of knowledge of required services, quality of work products, secure website availability, and meeting the specifications in the SOW. Capability shall clearly explain how the company capabilities meet the requirements under the section "Tasks". Past Performance will be used as supporting evidence of your knowledge of Transcription Services.  It will not be evaluated as an eliminating factor. Once evaluation has determined a proposal(s) technically acceptable, award will be made to the offer whose pricing is determined to be lowest price (including options). Evaluation will be compliant with Lowest Price Technical Acceptable procedures under FAR Part 15.101-2 Source Selection Process.

 

The Government will award this BPA to the Lowest Priced Technically Acceptable (LPTA) offer that conforms to the requirements in the BPA and to these instructions. The timeframe for acceptance for the specified offer/quoted prices of the Offerors should be or up to 60 days after the quote is submitted.

 

Each Woman-Owned Small Business vendor will be provided a fair opportunity to be considered for this requirement. The Government reserves the right to ask clarification questions and to negotiate; if necessary - with all Offerors (FAR Part 15). The Government reserves the right to award without discussions.

 

•4.  The Government will be obligated only to the extent of authorized purchases made under the BPA.


•5.  Period of Performance: The anticipated period of performance for a BPA resulting from this announcement will be from the Date of Award (DOA) through 12 months later, with four, one year options.

 

•6.  PoiPOINT of Contact for this BPA/Call Orders: Contract Officer: TSgt Adam G. Clonick Phone: 240-612-6149
Email:  [email protected]

 Contract Specialist:  
Moira Mclaughlin (Contractor)
Phone: 240-612-6191
Email: Moira.X.Mclaughlin.ctr@mai l.mil

•7.  Questions: Questions concerning this RFQ should be addressed in writing to Moira Mclaughlin, Contract Specialist, via e-mail to Moira.X.Mclaughlin.ctr@mai l.mil until July 7, 2015, 3:00 P.M. Eastern Daylight Time (EDT).

•8.  Due Dates: The due date for proposals to be provided to the United States Government is no later than July 15, 2015, 3:00 P.M. EDT. An alternate contact is TSgt Adam Conick, Contract Officer, via email Adam.G.Clonick.mil@mai l.mil. Submit proposals to both emails.

Proposals shall be forwarded via email to:

••     Ms Moira Mclaughlin (Contract Specialist) at Moira.X.Mcl[email protected] (Ctr)

••    TSgt Adam G. Clonick (Contracting Officer) at [email protected] l.

 Required Services:

See the attached Statement of Work and attached DD Form 1155. Please fill in and return.

 Terms and Conditions:

See attached DRAFT FA7014-15-A-3002 BPA.

 

Bid Protests Not Available

Similar Past Bids

Phoenix Arizona 06 Mar 2018 at 3 PM
Eglin air force base Florida 05 Feb 2018 at 4 PM
Capitol Montana 05 Jun 2015 at 7 PM
Location Unknown 22 Apr 2019 at 1 PM

Similar Opportunities

Mechanicsburg Pennsylvania 31 Jul 2025 at 9 PM