SOLICITATION NOTICE
R -- Sign Language Interpreting Services
- Notice Date
- 6/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Contracts Operation & Management Office, 901 N. 5th Street, Kansas City, KS 66101
- ZIP Code
- 66101
- Solicitation Number
- RFQ-KS-07-00012
- Response Due
- 7/16/2007
- Archive Date
- 8/16/2007
- Description
- NAICS Code: 541930 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number RFQ-KS-07-00012 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 541930 (Translation and Interpretation Services) and the Small Business Size for this NAICS code is $6.5M. The Service Contract Act (SCA) along with the prevailing wage determination applies to this solicitation. The description of the commercial service is for sign language translation services and reads as follows: CLIN 0001, Sign language interpreting services for three (3) deaf employees located at the Environmental Protection Agency, Air and Waste Management Division (AWMD), 901 N 5th St, Kansas City, KS 66101. The contractor shall provide approximately 2,200 hours of sign language interpretive support services. CLIN 0002, Option to extend the sign language interpreting services contract. The Government has the option to increase the sign language interpreting services for up to one (1) additional year. Quoter shall submit a unit price quote for completing up to 2,200 hours of interpreting services during the optional period. The selection resulting from this request for quotation will be made on the basis of the lowest price quote from a responsible quoter who meets the minimum contractor qualifications. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum Contractor Qualifications. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be mailed and are due on July 16, 2007 at 12:00 PM Central Daylight Saving Time (CDT) along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses are applicable to this acquisition: 52.217-9, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.223-6, 52.245-2 and 52.246-4. Minimum Contractor Qualifications: The contractor shall possess the ability to provide qualified interpreters on a daily basis and, on occasion, multiple interpreters with short notice. Interpreters shall possess state certifications from either Kansas or Missouri with a numerical ranking of 4 (advanced) or 5 (master) and have at least two (2) years experience. For those individuals who are not certified in Kansas or Missouri rankings from other states with similar criteria may be substituted. The sign language interpreters shall be capable of providing interpreting services in a wide variety of employment settings, including (but not limited to) career counseling, conference calls, interviews, performance evaluation discussions, staff and technical meetings, panel reviews, ceremonies, job applications, orientation sessions, basic training sessions, technical training sessions/workshops, and other situations which may occur during a normal workday. Instructions: Offerors shall submit, by mail: (1) a detailed quote, and (2) a list of at least three references for whom you have provided a similar service. Provide the name, phone number and a brief description of the service provided for each reference. Failure to provide the above listed items with your offer may cause your offer to be considered non-responsive. Questions can be submitted by e-mail and sent to (lewis.tyrone@epa.gov) or by fax (913) 551-9664 no later than July 9, 2007. All interested firms shall submit their quotes to Contract Specialist, Tyrone Lewis, at: US EPA PLMG/RFMB, 901 N 5th St, Kansas City, KS, 66101 no later than July 16, 2007 at 12:00 pm CDT. The contract period of performance will be August 1, 2007 through July 31, 2008, with an option to extend the contract from August 1, 2008 through July 31, 2009. INTERPRETING SERVICES PERFORMANCE WORK STATEMENT (PWS) CAN BE OBTAINED BY CONTACTING THE CONTRACT SPECIALIST.
- Record
- SN01324003-W 20070622/070620222100 (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 |