SOLICITATION NOTICE
R -- SIGN LANGUAGE INTERPRETATION SERVICES FOR THE DEFENSE DISTRIBUTION DEPOT NORFOLK, VA - SP3300-10-Q-0092
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-10-Q-0092
- Archive Date
- 6/30/2010
- Point of Contact
- Julie A Metzger, Phone: 717 770-6243
- E-Mail Address
-
julie.metzger@dla.mil
(julie.metzger@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- WAGE DETERMINATION STATEMENT OF WORK This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0092. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-39 effective 19 Mar. 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100324 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-02 & (2009-61, 62 & 63). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 541930 and the small business size standard is $7.0 million. The period of performance will be for a base year and two (2) option years. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR - June 1, 2010 through May 31, 2011 CLIN 0001 - Contractor shall provide interpreter services on an as needed basis for various meetings, training, etc. at the 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 complete and in accordance with the attached Statement of Work (SOW). Estimate 1500 normal business hours at $__________ per hour = $_______________ estimated total. OPTION YEAR 1 - June 1, 2011 through May 31, 2012 CLIN 1001 - Contractor shall provide interpreter services on an as needed basis for various meetings, training, etc. at the 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 complete and in accordance with the attached Statement of Work (SOW). Estimate 1500 normal business hours at $__________ per hour = $_______________ estimated total. OPTION YEAR 2 - June 1, 2012 through May 31, 2013 CLIN 2001 - Contractor shall provide interpreter services on an as needed basis for various meetings, training, etc. at the 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 complete and in accordance with the attached Statement of Work (SOW). Estimate 1500 normal business hours at $__________ per hour = $_______________ estimated total. NOTE: SEPARATE TRAVEL COSTS SHALL NOT BE PAID. ALL TRAVEL SHALL BE INCLUDED IN CONTRACTORS HOURLY RATE. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. The contractor's technical information shall include a list of key personnel and their 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. 2. The contractor's past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contact (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied. 3. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code; (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). 4. Contractors are required to include a copy of the FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 - Offeror Representation and Certification - Commercial Items with its proposal or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal may result in elimination from consideration for award FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to award one contract resulting from this solicitation to the responsible offeror using the lowest price/technically acceptable source selection process. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the non-cost factors. Factor 1 - Technical capability and Factor 2 - Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If an offer has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror's past performance history is satisfactory. An offeror who has submitted a technically acceptable quotation and who has been found to have a satisfactory past performance history will then that its quotation evaluated for the lowest price. Factor 1 - Technical capability - The minimum criteria for acceptably for this factor shall be the submission a list of key personnel and their 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. Factor 2 – This standard is based upon the offeror’s ability to substantiate credible examples of past performance associated with their commercial and/or Government offerings, including delivery, schedule compliance, product quality and overall customer satisfaction. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances; it will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. The minimum criteria for acceptability under this factor shall be information submitted by the offerors’ from three (3) sources that clearly indicate they have satisfactorily provided the same or similar product commercially or to the Government within the past three (3) years. This information shall include: a. Contract Number b. Point of Contact c. Telephone number d. Dollar Amount of Contract e. Brief description of product provided The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. (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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Although the Government intends to award a firm-fixed labor hour contract as a result of this solicitation, the Government reserves the right to reject any and all proposals received and not award any item or items from this solicitation. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items applies to this acquisition. Addenda to FAR 52.212-4: Alt 1 applies with the following fill ins: Paragraph (i)(1)(ii)(D)(1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct cists (e.g., travel, computer usage charges, etc. Insert “None” if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None’.”] _______________NONE____________________. Paragraph (i)(1)(ii)(D)(1) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert “$0” if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None’.”]___________NONE____________. FAR 52.217-8 – OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the expiration date of the contract. (End of Clause) FAR 52.217-9 – OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 three years and six months. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (b) the following clause applies to this acquisition to include the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage - Fringe Benefits Interpreter (Sign Language) – GS09$24.74 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 1988-0742, Revision No. 21, dated 09/19/2008 is applicable to this solicitation. Offerors responding to this announcement shall submit their proposal via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. Proposals must be received MAY 6, 2010 at 3:30 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0092/listing.html)
- Place of Performance
- Address: DEFENSE DISTRIBUTION DEPOT NORFOLK, 1968 GILBERT STREET, NORFOLK, Virginia, 23512, United States
- Zip Code: 23512
- Zip Code: 23512
- Record
- SN02127315-W 20100422/100420235534-e4f9c5cdb3aec205c3d0c4e5c20a8e71 (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 |