Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2006 FBO #1606
SOLICITATION NOTICE

R -- Sign Language Interpretation at Defense Distribution Depot Norfolk, VA

Notice Date
4/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-Q-0006
 
Response Due
4/25/2006
 
Archive Date
5/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center, Procurement Office DDC CSS-A (Attn: Seth Custer (717) 770-5356) HQ Bldg. 81, 2001 Mission Drive, New Cumberland, PA 17070-5001, has a requirement for interpreter services for Defense Distribution Depot Norfolk, VA, to include interpreting spoken English into signed English and American Sign Language (ASL) and ASL and signed English into spoken English as described in the following Statement of Work. This will be a firm fixed price order. To receive an award resulting from this request for quote, your company MUST be registered in the Central Contractor Registration (CCR) database. Free registration is available via the Internet at www.ccr.gov. Please send quotes by E-Mail to seth.custer@dla.mil or by fax at (717) 770-7591. Due date for responses is Tuesday April 25, 2006 at 3:00 PM EDT. CONTRACTOR INFO Contractor Name: ___________________________________ Address: __________________________________________ ___________________________________________ POC: ______________________ phone: _________________ Email: _________________________ fax: ____________ GSA Schedule Number (if Applicable) __________________ exp date _________ GOV Visa accepted for payment? _______yes ________no DUNS Number _____________ Fed Tax Number ______________ Cage Code ___________ QUOTE Contractor shall provide interpreter services for Defense Distribution Depot Norfolk, VA, to include interpreting spoken English into signed English and American Sign Language (ASL) and ASL and signed English into spoken English as described in the following Statement of Work. The Government projects an estimated 400 hours per year of service. Travel may be required to any of the DDC centers. Contractor shall bill travel expenses at the actual costs incurred but not to exceed the amount payable under the Joint Travel Regulations (JTR) and Federal Travel Regulations (FTR). Contractor shall provide receipts for all travel costs with the exception of meals along with their invoice to the Government POC. Contractor shall quote to the SOW in following format: YEAR 1 (Base Year): Period of performance 01 May 2006 through 30 April 2007. CLIN 0001 *Hourly Rate (normal business hours): $_____________ Overtime Rate: $_______________ Regular Hourly Rate x 400 hours (estimate) = TOTAL YEAR 1 PRICE: $______________ YEAR 2 (Option Year 1): Period of performance 01 May 2007 through 30 April 2008. CLIN 1001 *Hourly Rate (normal business hours): $_____________ Overtime Rate: $_______________ Regular Hourly Rate x 400 hours (estimate) = TOTAL YEAR 2 PRICE: $_______________ * NORMAL BUSINESS HOURS shall be Monday ? Friday, 6:30am - 8:00pm. * Overtime Rate is to be included as a precautionary measure and is not anticipated to be used. Therefore, evaluation of price will be based on Normal Business Hourly Rate ONLY. Evaluation of price will be TOTAL YEAR 1 PRICE above (Base Year Regular Hourly Rate x 400 hrs) plus TOTAL YEAR 2 PRICE above (Option Year 1 Regular Hourly Rate x 400 hrs). STATEMENT OF WORK AMERICAN SIGN LANGUAGE INTERPRETATION SERVICES DDNV ? NORFOLK, VA Provide interpreter services for Defense Distribution Depot Norfolk, VA (DDNV), to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English. Contractor will receive and book each assignment after consultation with the Government. Appointments may be arranged and confirmed via phone or email. Additional interpreters are permitted, after consulting with the Government, when the length of the appointment is such that a single interpreter cannot provide adequate service without frequent or lengthy breaks. The number of additional interpreters will be kept to the minimum necessary to provide good service. Interpreters shall hold current certification by the National Association of the Deaf or the Registry of Interpreters for the Deaf or be included in Virginia?s Directory of Qualified Interpreters. They will have, at a minimum, a proficiency level of III unless the nature of the assignment requires a higher level. Contractor will have a working knowledge of and daily access to email and the internet. Appointments during normal business hours (Monday-Friday, 0630-2000) will be charged at the regular hourly rate. Appointment outside normal business hours will be charged at the overtime rate. Contractor shall coordinate all appointments with the Government Requirements Representative (GRR) and notify the representative of any changes. The Government will give the contractor 48 hours? notice to book appointments. If, however, the Government should require interpreters with less than 48 hours? notice, the contractor will attempt to provide an interpreter, but the Government understands that the contractor may not always be able to comply with such a request. If the contractor cannot attend a scheduled event, 48 hours? notice shall be given to the GRR. The Government will not incur any charges and the event will be rescheduled. For kept appointments, chargeable time will begin at the designated appointment time and end when contractor is released by the person who requested services. Mileage will be reimbursed in accordance with the Joint Travel Regulation. The Government will only pay for interpreters providing service and no one else. Contractor will submit monthly invoices for actual hours worked on the 3rd day of each month for work performed the previous month to be paid by Government Credit Card. CLAUSES ** IMPORTANT ** Contractor: Mark the contract or Purchase Order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you & could result in the return of merchandise at your expense. ?ESTIMATED HOURS - PRICE ADJUSTMENT? The hours shown represents the Government's best known estimates. The Contractor shall be paid for services delivered at the prices specified. If the Government requirements do not result in the amount described as estimated, such event shall not constitute the basis for an equitable adjustment under the order. The Government may discontinue this order in whole or part at any time during the stated period of performance upon 30 days written notice to the contractor or shorter notice if agreed to by the contractor. At the end of the stated period of performance the order is complete. NOTE: Billing shall be made monthly. NOTE: Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. These officers can and will charge individuals with an established court appearance via the Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. FAR 52.212-1 ? ?INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (JAN 2006)? FAR 52.212-2 ? ?EVALUATION ? COMMERCIAL ITEMS (JAN 1999)? (a) 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. Order of Importance: The Government will evaluate proposals based on the following factors: Technical, Past Performance, and Price. Technical (Factor 1), Past Performance (Factor 2), and Price (Factor 3) are of equal importance. Evaluation Procedures: The Government intends to award one contract to the responsive, responsible offer using the lowest priced, technically acceptable source selection process. Technical Proposals shall be evaluated for acceptability or unacceptability only. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. Once a proposal has been determined acceptable under Factor 1 and Factor 2, the proposal will then be evaluated for the lowest price. Factor 1 ? Technical Capability: Technical capability will be evaluated on an acceptable/unacceptable basis. An offeror must comply with all aspects of the technical requirements as established in the Statement of Work and must meet criteria set forth in the Evaluation Criteria. Also included are general considerations such as contract terms and conditions. Factor 2 ? Past Performance: Past Performance acceptability will be evaluated on an acceptable/unacceptable basis. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a ?Neutral/Unknown Confidence? rating for past performance. In investigating relevant past performance, the Government will consider information in the offerors proposal and information obtained from other sources. Other sources may include past and present customers and their employees, other Government agencies including state and local agencies, pre-award surveys, consumer protection agencies and better business bureaus, and others who may have useful information. Factors such as customer satisfaction, timeliness, product quality, and similarity to the existing project will be taken into account. To be acceptable, the proposal must provide sufficient information about the offerors performance record that the Government can determine that the offeror should be able to successfully perform the required effort. Factor 3 - Price: Technically acceptable proposals found to have an acceptable record of technical capabilities and past performance will be evaluated for the lowest price. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Discussions: Discussions or negotiations may be conducted with all offerors within the competitive range in accordance with FAR 15.610. If an offeror is given an opportunity to correct any deficiencies in a proposal and after correction the proposal is still determined to be unacceptable, such determinations will be cause for rejection of the proposal. No offeror will be given an unlimited amount of opportunities for correction of a proposal. The Government reserves the right to make a final determination whether a proposal is acceptable or unacceptable solely on the basis of the information submitted and to proceed without requesting additional information. FAR 52.212-3 ? ?OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAR 2005)? FAR 52.212-4 ? ?CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (SEP 2005)? FAR 52.212-5 ? ?CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS.? (Feb 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] _n/a_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). _n/a_ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). _n/a_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). _n/a_ (4) [Reserved] _x_ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). _n/a_ (ii) Alternate I (Oct 1995) of 52.219-6. _n/a_ (iii) Alternate II (Mar 2004) of 52.219-6. _n/a_ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). _n/a_ (ii) Alternate I (Oct 1995) of 52.219-7. _n/a_ (iii) Alternate II (Mar 2004) of 52.219-7. _n/a_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _n/a_ (8) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2005)(15 U.S.C. 637 (d)(4)). _n/a_ (ii) Alternate I (Oct 2001) of 52.219-9. _n/a_ (iii) Alternate II (Oct 2001) of 52.219-9. _n/a_ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). _n/a_ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). _n/a_ (ii) Alternate I (June 2003) of 52.219-23. _n/a_ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _n/a_ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _n/a_ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). _x_ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _n/a_ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _x_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _x_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). _x_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _x_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). _n/a_ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _n/a_ (22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). _n/a_ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _n/a_ (23) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). _n/a_ (24) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Jan 2006)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). _n/a_ (ii) Alternate I (Jan 2004) of 52.225-3. _n/a_ (iii) Alternate II (Jan 2004) of 52.225-3. _n/a_ (25) 52.225-5, Trade Agreements (Jan 2006)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _n/a_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _n/a_ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). _n/a_ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849). _n/a_ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _n/a_ (30) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x_ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). _n/a_ (32) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). _x_ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). _n/a_ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). _n/a_ (35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). _n/a_ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _n/a_ (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). _n/a_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _n/a_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). _n/a_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _n/a_ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989)(41 U.S.C. 351, et seq.). ________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.217-5 - ?EVALUATION OF OPTIONS (JULY 1999)? Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-9 - ?OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)? (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the end of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause)
 
Place of Performance
Address: Defense Distribution Center Norfolk, 1968 Gilbert Street, Norfolk, VA
Zip Code: 23512
Country: USA
 
Record
SN01029846-W 20060420/060418220112 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.