Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2010 FBO #3215
SOLICITATION NOTICE

R -- Interpreting Services

Notice Date
9/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010411QQ042
 
Response Due
9/16/2010
 
Archive Date
10/1/2010
 
Point of Contact
Amy Rich 717-605-3711
 
E-Mail Address
amy.rich@navy.mil
(amy.rich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being issued in accordance with FAR Subpart 13.1. This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Naval Inventory Control Point (NAVICP), Mechanicsburg, PA has a requirement for Interpreter Services. Attachment A includes the Performance Work Statement (PWS). Solicitation N00104-11-Q-Q042 is issued as a Request for Quotation (RFQ). The Government intends to award a labor hour (LH) order for interpreter services for the Navy Supply Information Systems Activity (NAVSISA). The Government will award a contract resulting from this solicitation to the lowest price technically acceptable vendor. The rates for items 0001, 0002 and 0003 will be added together and award will be made to the technically acceptable vendor with the lowest combined rate. Please provide your rates on the attached sheet (Attachment B). This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-43 effective 2 Aug 2010 & Class Deviation 2005-e0001. A completed copy of FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items shall be provided with the quotation. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - 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. Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-39, 52.222-50, 52.225-13, 52.232-33 and 52.239-1. - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 252.225-7001, 252.225-7012, 252.227-7015, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. - DFARS 252.204-7004 Alt A, Required Central Contractor Registration - DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country - DFARS 252.232-7010 Levies on Contract Payments, Responses to this synopsis must be received no later than 12:00 P.M. Eastern Time on Thursday, 16 September 2010 and shall be sent via email to amy.rich@navy.mil. Questions should be directed to Amy Rich via email. Attachment A PERFORMANCE WORK STATEMENT (PWS) FOR INTERPRETER SERVICES An interpreter may be certified or non-certified, but must be qualified to provide the following upon request: 1. Requirements: The contractor shall be contractually obligated to perform every requirement in this Performance Work Statement (PWS). Not every performance requirement has a related standard or assessment measure expressed in this document. In such cases the performance standard or performance measure is either inherent in the requirement or performance is to be in accordance with standard commercial practice. When an acceptable quality level and measure is specified, it may be used to achieve a variety of objectives. Such objectives include, but are not limited to, collection of data to test the practicality of a performance standard, the identification of performance when the standard requires less than 100 percent compliance, emphasis on the critical performance requirements, the collection of data to support quality assurance, assessment of remedies and documenting performance for inclusion in a past performance information database. 1.1 Requirement 1: Sign simultaneously 1.1.1 Subtask 1: Sign simultaneously (consecutively from oral spoken English into American Sign Language (ASL), Pidgen sign English (PSE), tactile (deaf and blind), oral, oral with sign or ASL (in reverse) back to oral English. Performance Standard: Contractor will perform this task as required and within agreed timeframes. Assessment Method: Performance/nonperformance of services as reported by employees utilizing the services. 1.2Requirement 2: Verbatim or idiomatic methods 1.2.1 Subtask 1: Sign simultaneously/consecutively using verbatim or idiomatic methods, as required. Performance Standard: Contractor will perform this task as required and within agreed timeframes. Assessment Method: Performance/nonperformance of services as reported by employees utilizing the services. 1.3Requirement 3: Topics & Confidentiality 1.3.1 Subtask 1: Sign on topics/subject matter ranging from simple statement of facts to complex and specialized terminology, and maintains strict confidentiality, as set forth by the Registry of Interpreters for the Deaf (RID) Code of Ethics. Performance Standard: Contractor will perform this task as required and within agreed timeframes. Assessment Method: Performance/nonperformance of services as reported by employees utilizing the services. 1.4Requirement 4: Settings & situations 1.4.1 Subtask 1: Interpreter in a variety of settings and situations, for example: a. During command all hands meetings, commemorative programs and award ceremonies; b. During formal presentations available to all command hearing employees; c. During formal and informal inter-office meetings with hearing employees; d. During formal internal office meetings between supervisors, hearing employees and deaf or hearing employees; e. During informal (i.e., one-on-one) discussions between deaf and hard of hearing and their professional counterparts in order to perform assigned duties; f. During workshops/training courses, fast pace technology meetings or briefings; and g. During personnel reviews, evaluations, interviews, and any personnel related need of the deaf or hard of hearing employee. Clients may not have an interpreter stay longer than the originally scheduled time slot. The only exception is in the case of appointments for less than the two-hour minimum. In such cases, the client may request an interpreter to stay up to the two-hour minimum, but no longer. Performance Standard: Contractor will perform this task as required and within agreed timeframes. Assessment Method: Performance/non-performance of services as reported by employees utilizing the services. 1.5Requirement 5: Availability/Substitution 1.5.1 Subtask 1: If for any reason an interpreter cannot make a scheduled event, arrangements for a substitute interpreter will be arranged by the interpreter with the Contractor. An acceptable substitute interpreter will be provided by the Contractor to the Client without Client intervention regarding the substitution. Therefore, the interpreters need to have before/after regular business hour contact available with the Contractor to arrange substitution. Performance Standard: Contractor will perform this task as required and within agreed timeframes. Assessment Method: Performance/nonperformance of services as reported by employees utilizing the services. 2.Contractor Responsibilities: a.Assist activity to develop the most efficient and cost-effective way to use interpreter services. b.Coordinate all interpreter services requested by activities c. If scheduled interpreter is not available, substitution arrangements will be made between the interpreter and Contractor. This situation may occur before/after regular Contractor business hours. d.Locate and schedule the interpreter e.Ensure the interpreter assigned meets needs of the deaf or hard of hearing employee. f.Contact the person and the TPOC who made the interpreter request to confirm the assignment and to provide name(s) of the scheduled interpreter(s). If necessary, contact the COR for additional travel authorizations. g.Bill activity for services in accordance with the rates and procedures specified herein. h.Attempt to answer questions or concerns that may arise. 3.HRO Workforce Diversity Department Responsibilities: a.Provide the contractor with the following information: date, time, topic, location, directions, name and phone number of the on-site point of contact, name(s) of the person(s) who is deaf or hard of hearing, her/his mode of communication, and her/his choice of interpreter(s). b.Provide the contractor with any assignments related information (i.e., agenda, meeting minutes, list of names and titles, program book, music, script, or outline) c.Inform the contractor if any interpreter accommodations will be provided (i.e., meals, lodging, parking permits) 4.NAVSISA Contracting Officer s Representative (COR): a.Provide the contractor with billing information, agency name and address. b.Contact the contractor to verify continuation of services and billing of the scheduled assignment, if it continues past the original scheduled time. c.Notify the contractor of concerns or questions that may arise. 5.Directives: a.Registry of Interpreters for the Deaf (RFID) Code of Ethics 6.Place of Performance: a.Navy Supply Information Systems Activity (NAVSISA) workspaces and facilities; Naval Support Activity (NSA) Building 309 Auditorium and Building 14 classrooms, etc. 7.Period of Performance: a.October 1, 2010 to September 30, 2011 Attachment B Interpreter Services Item 0001 48 Hour or beyond notice $ Per Hour Weekdays (0800 to 1700) Item 0002 24 Hour notice $ Per Hour Weekdays (0800 to 1700) Item 0003 Same day notice $ Per Hour Weekdays (0800 to 1700) Travel The Government will pay mileage at the rates established by the Joint Travel Regulations and all applicable parking and tolls. The Contractor shall not charge portal-to-portal mileage unless there is a unique situation requiring interpreters from out-of-town area. Portal-to-portal travel consists of an employee s normal home-to-work and work-to-home travel at the beginning and end of a single work day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010411QQ042/listing.html)
 
Record
SN02278514-W 20100913/100911234112-16fc49870d1764c56e1dabed3b49702d (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.