Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2008 FBO #2251
SOLICITATION NOTICE

R -- Sign Language Interpretation Services

Notice Date
11/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
HSSS01-08-R-0004
 
Response Due
11/8/2007
 
Point of Contact
Mishelle Miller, Contract Specialist, Phone (202) 406-6790, Fax (202) 406-6801
 
E-Mail Address
mishelle.miller@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number HSSS01-08-R-0004 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 2005-20. The NAICS code is 541930 - Translation and Interpretation Services, and the small business size standard is $6.5 million. This is a total small business set aside. Overview of Requirement The U.S. Secret Service in Washington, D.C. has a deaf Counterfeit Specialist in need of a dedicated sign language interpreter to be on the premises on a full-time basis to meet the employee's communication needs per a Statement of Work. The period of performance is December 1, 2007 through September 30, 2008 with one option period for FY2009. Reasonable questions, not excessive in length, will be answered if submitted to the point of contact at the above email address. The Proposal shall consist of two parts: I. Pricing, II. Technical. I. Pricing Proposal A. Offeror Information: Offeror shall provide Contractor's business name, DUNS, Taxpayer Identification Number (TIN), Point of contact's name, Point of contact's email address, and point of contact's telephone number. B. Pricing - the offeror shall provide a total price for each line item: (1) FY2008: hourly rate which will be fixed throughout FY2008. (2) FY2009: hourly rate which will be fixed throughout the option period from October 1, 2008 through September 30, 2009. C. For Past Performance, provide two references from two different agencies/entities for work performed within the past two years. Each reference must include the point of contact name, telephone number and email address. D. Offeror must be listed in the Online Representations and Certifications Application (ORCA), https://orca.bpn.gov, and if not, then offeror must include a completed copy of FAR 52.212-3 which is included in this Solicitation. II. Technical Proposal The technical proposal shall be separate from the Price Proposal. The page limit is 15. Technical proposals shall include, but are not limited to: A. Identification of the interpreter(s) it intends to use in fulfilling the resulting contract. If the offeror intends to use different interpreters, it must identify each interpreter it intends to use. For each interpreter, the offeror must submit: (1) A resume containing sufficient information to enable USSS to determine whether the individual possesses the minimum of three years' experience as well as education pertaining to the interpreting profession needed to meet its requirement; (2) Certification that the interpreter is Qualified/Certified member in good standing with the Registry of Interpreters for the Deaf (RID); and (3) Evidence of the interpreter's Top Secret Clearance. B. A description of the services it will provide that demonstrates it clearly understands the Statement of Work and all required details of the Solicitation. C. For each interpreter (maximum of two) which the offeror intends to use in fulfilling the resulting contract and who will be demonstrating their services, the offeror must submit the Contractor Access Form, SFF 3237. Submission of both Pricing and Technical Proposal Submitting your proposal via email is preferred. Your entire email must not be greater than 3 MB; if your proposal is above that limit, please send multiple emails (for example, email 1: price and past performance proposal, email 2, contractor access form, etc.). Faxed proposals will be accepted. If you submit via postal mail you will miss the deadline. Please put HSSS01-08-R-0004 in the subject line. I will reply via email confirming that I have received your proposal. If I do not reply, then I do not have your proposal. Late proposals will not be accepted. I strongly suggest that you do not leave for the day after sending your proposal; wait until I have confirmed that I have your proposal. Evaluation Factors 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. The following factors shall be used to evaluate offers: (1) Price; (2) Past Performance, and (3) Technical Capability as demonstrated by a technical proposal and an in-person presentation. Price and Past Performance For evaluation of offeror's Past Performance, provide two references from two different agencies/entities for work performed within the past two years. Technical Capability The presentation will be at USSS headquarters in Washington, DC, tentatively scheduled for Friday, November 16 2007, and each contractor will be allotted a total of ten minutes. If a contractor submits two interpreters, each interpreter will have five minutes. The deaf USSS employee will make a technical presentation which each offeror will interpret. A panel consisting of U.S. Secret Service Deaf/Hard-of-Hearing employees, other U.S. Secret employees, and an external qualified sign language interpreter will be used to evaluate the presentations. The presentations may be videotaped. Evaluation Award will be made to the offeror whose demonstrated Technical Capability offers the "Best Value" to the Government, Price, Past Performance and other factors considered. Technical Capability is significantly more important than the combined importance of Price and Past Performance. As individual factors, Technical Capability is the most important and Past Performance is more important than Price. The Technical Capability will be evaluated as Excellent, Very Good, Satisfactory (Acceptable), Poor (Unacceptable). The following DHS Provisions are applicable: 3052.204-71 Contractor Employee Access (Jun 2006) 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) 3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Proposals are due by 5:00 pm EST on Thursday November 8, 2007.The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-08-R-0004/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01491424-F 20080125/080123230318 (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.