Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2007 FBO #1934
SOLICITATION NOTICE

R -- Sign Language Interpreter Services

Notice Date
3/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Room 4410 400 7th Street, S.W., Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFH61-07-Q-00037
 
Response Due
3/26/2007
 
Archive Date
4/10/2007
 
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 Quotations (RFQ) for real-time sign language interpreter services in support of deaf/hearing impaired Federal Highway Administration (FHWA) employees in the conduct of their official duties. The ability to call upon interpreter services on a real-time basis requires the availability of on site interpreter services Monday through Friday during the core hours of 8:30 AM through 5:00 PM. The interpreter will effectively be on demand during these core hours to provide services at FHWA wherever needed. The services of a second interpreter will be required Tuesday through Thursday during the core hours of 9:30 AM through 3:30 PM. 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. The provisions and clauses in the RFQ are those in effect through FAC 05-15. 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 its size status for this procurement. All responsible small business sources may submit an offer which will be considered by the agency. Offers for the services described above are due by March 26, 2007, 4:00 PM local time to Federal Highway Administration, Office of Acquisition Management, Room 4410, 400 7th Street, SW, Washington, DC 20590, and must include, solicitation number, discount/payment terms, taxpayer identification number (TIN) and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (SEP 2006), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items with its Alternate 1 is applicable. FAR 52.212-5 (NOV 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 clauses and provisions cited herein may be found at http://acquisition.gov/far/current/html/52_212_213.html. All contractual and/or technical questions must be in writing (email only) to Bob Prior at bob.prior@dot.gov not later than March 21st at 11:00 AM local time. 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 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 will make an award to the offeror representing the best value to the Government. The following relative weights will be used when assessing proposals: The Technical Capabilities (includes interpreter experience, understanding, management plan and administrative responsibility) 50%; Past Performance 20% Oral Presentation 30%. All technical factors, when combined are more important than price. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2006) with their offer. These representations and certifications will be incorporated by reference in any resultant contract.
 
Place of Performance
Address: 400 7th Street, SW, Washington, DC, , 1200 New Jersey Avenue, SE, Washington,DC
Zip Code: 20590
Country: UNITED STATES
 
Record
SN01248937-W 20070314/070312220319 (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.