Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2006 FBO #1794
SOLICITATION NOTICE

R -- SIGN LANGUAGE INTERPRETER SERVICES FOR THE DEAF AND HEARING IMPAIRED

Notice Date
10/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07178827R
 
Response Due
11/20/2006
 
Archive Date
10/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) for real-time sign language interpreter services in support of meetings attended by deaf/hearing impaired NASA/KSC employees or others, guests or viewers of NASA-sponsored gatherings, and direct support to individual deaf/hearing impaired NASA/KSC employees in the conduct of their official duties. The ability to call upon interpreter services on a real-time basis will require the availability of on site interpreter services Monday through Friday during the core hours of 8:30 AM through 11:30 AM and 1:00 PM through 4:00 PM. The interpreter(s) would effectively be on demand during these core hours time periods to provide services at KSC wherever needed. In addition, there may be events and activities outside of core hours or events and activities scheduled concurrently during core hours that require interpreter services. KSC?s Office of Diversity and Equal Opportunity will establish a calendar (hereinafter referred to as the ?Ordering Calendar?) reflecting the times and contacts for services. The provisions and clauses in the RFP are those in effect through FAC 05-12. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541930 and $6.5 million respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by November 20, 2006, 4:00 PM EST to NASA John F. Kennedy Space Center, Procurement Office?Operations Support, Mail Code: OP-OS/Attention: Marcus Orr, Kennedy Space Center, FL 32899, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the applicable clauses are incorporated in the attached RFP. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and/or technical questions must be in writing (email or FAX) to Marcus Orr (marcus.c.orr@nasa.gov or 321-867-1141) not later than Monday, November 6, 2006 at 10:00 AM EST. Telephone questions will not be accepted. The Government plans to use the tradeoff process described in FAR 15.101-1 in the evaluation of proposals. This process allows the Government to consider award to other than the lowest price offeror when, in its judgment, a higher priced proposal provides benefits that merit the additional cost. The simple fact that a higher cost proposal is rated higher than lower cost proposals does not necessarily justify award. The benefits of a higher rated, higher cost proposal must be judged to be sufficient to warrant the higher cost and the amount of the higher cost must be judged to be both reasonable and ?worth? the benefits. The Government shall make award to the offeror/proposal representing the best value to the Government. The following relative weights will be used by when assessing proposals in order to make an award decision: The Technical Plan is significantly more important than Cost/Pricing; the sub-factors under the Technical Plan are of equal importance. Past Performance is more important than Cost/Pricing. Past Performance and Cost/Pricing, when considered together, are somewhat equal to the Technical Plan. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#122605)
 
Record
SN01169651-W 20061025/061023230531 (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.