Transcription Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Apr 05, 2022 04:39 pm EDT
- Original Published Date: Mar 01, 2022 09:53 am EST
- Updated Date Offers Due: Apr 13, 2022 10:00 am EDT
- Original Date Offers Due: Mar 16, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 28, 2022
- Original Inactive Date: Mar 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 541690 - Other Scientific and Technical Consulting Services
- Place of Performance:
Description
SYNOPSIS/SOLICITATION
W91ZLK-22-R-0014
This combined synopsis/solicitation is 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; proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05 (07 March 2022). The solicitation number for this request for proposal (RFP) is W91ZLK-22-R-0014.
This requirement is under the associated North American Industry Classification System (NAICS) Code 541690 Other Scientific and Technical Consulting Services. The Government contemplates award of a Purchase Order on a firm-fixed price (FFP) basis in accordance with FAR 13, Simplified Acquisition Procedures. The period of performance is 12 month Base Year. This procurement will be evaluated as a Lowest Price Technically Acceptable (LPTA) 100% Small Business Set-Aside, for the procurement of the following services.
Transcription Services
Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government. Proposals will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) Source Selection process described in FAR 15.101-2.
All questions must be submitted via email to terrijuana.p.veals.civ@army.mil and shantice.m.wright.civ@army.mil by Wednesday, March 9, 2022 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-22-R-0014 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on SAM.gov.
Firm Fixed Price (FFP) proposals must be signed, dated, and received by Wednesday, April 13, 2022 at 10:00 AM Eastern Time. All proposals must be submitted via email to terrijuana.p.veals.civ@army.mil and shantice.m.wright.civ@army.mil. SUBJECT LINE: W91ZLK-22-R-0014 PROPOSAL FROM (INSERT COMPANY NAME).
The contractor, as an independent party and not an agent of the government, shall provide Transcription Services for the U.S. Army Public Health Center (APHC).
SUBMISSION PROCEDURES:
52.212-1 Instruction to Offerors Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
NO PHONE CALLS WILL BE ACCEPTED.
All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.
- Proposals shall be submitted in two (2) separate volumes (i.e. attachments via emails) labeled:
-
- Volume I: Transcription Services W91ZLK-22-R-0014 TECHNICAL Proposal
- Volume II: Transcription Services W91ZLK-22-R-0014 PRICE Proposal
Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020) on www.sam.gov).
2. Formatting.
a. Single space Text
b. Double Space Paragraphs
c. 12-point minimum font size.
d. Arial or New Times Roman fonts only. Table/illustrations 8-point min and landscape is acceptable.
e. Margins: All Margins 1 inch.
f. Gutter: 0 inches
g. Header and Footer 1.5 inches
h. Page Size: Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17 page counts as two pages)
i. Page Limitations: Volume I Technical – 5 pages limit and Volume II Price – 5 pages.
NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. The Contractor shall not submit the requirement package, provided by the Government (i.e. attachments), as a part of the proposal.
j. Restrictions: All information shall be confined to the appropriate volume. The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes:
- Volume I: Detail Technical Proposal shall be evaluated based on the following factors:
a. Factor 1 - Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). To be rated as acceptable, offerors must provide documentation that demonstrates the offeror’s approach for meeting all of the requirements specified in the PWS.
b. Factor 2 - Experience: Contractor shall demonstrate the ability to provide Transcription Services as specified in the PWS. To be rated as acceptable, the offeror must provide documentation to demonstrate recent experience providing Transcription Services according to the PWS. Recent experience includes Transcription Services performed within three (3) years (i.e. previous government contracts).
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.
- Volume II: Detailed Price Proposal to include the following elements:
a. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension.
b. INCLUDE ALL Information Below:
CLIN 0001: Transcription Services – QTY: 1 Unit Cost: Minute FFP
Audio File Batch: up to 1,500 minutes of audio
CLIN 0002: Transcription Services – QTY: 1 Unit Cost: Minute FFP
Audio File Batch: up to 1,501 to 3,000 minutes of audio
CLIN 0003: Transcription Services – QTY: 1 Unit Cost: Minute FFP
Audio File Batch: up to 3,001 to 4,500 minutes of audio
CLIN 0004: Time Reporting Fee QTY: 1 Unit Cost: Job FFP
PROVISIONS/CLAUSES: See Attachment 1 – Provisions/Clauses
PERFORMANCE WORK STATEMENT: See Attachment 2 - Performance Work Statement
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): See Attachment 3 - Quality Assurance Surveillance Plan
LIST OF ATTACHMENTS:
Attachment 1 - Provisions/Clauses
Attachment 2 – Performance Work Statement
Attachment 3 - Quality Assurance Surveillance Plan
Attachments/Links
Contact Information
Contracting Office Address
- INSTALLATION AND TECHNOLOGY DIV 6472 INTEGRITY COURT BLDG 4401
- ABER PROV GRD , MD 21005
- USA
Primary Point of Contact
- Terrijuana P. Veals
- terrijuana.p.veals.civ@army.mil
Secondary Point of Contact
- Shantice M Wright
- shantice.m.wright.civ@army.mil
History
- Apr 28, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 29, 2022 11:16 am EDTCombined Synopsis/Solicitation (Updated)
- Mar 11, 2022 10:50 pm ESTCombined Synopsis/Solicitation (Updated)
- Mar 01, 2022 09:53 am ESTCombined Synopsis/Solicitation (Original)