SOLICITATION NOTICE
R -- Sign Language Interpreting Services - SF-18
- Notice Date
- 1/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
- ZIP Code
- 66101
- Solicitation Number
- RFQ-KS-12-00004
- Archive Date
- 2/9/2012
- Point of Contact
- Tyrone Lewis, Phone: 913-551-7664
- E-Mail Address
-
lewis.tyrone@epamail.epa.gov
(lewis.tyrone@epamail.epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Pricing Schedule Performance Work Statement SF-18 - RFQ-KS-12-00004 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-12-00004 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 05-55. This acquisition is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 541930 (Translation and Interpretation Services) and the Small Business size standard for this NAICS code is $7.0M. 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: Item Number 0001, Sign language interpreting services (1 interpreter per day) Item Number 0001AA, Additional Interpreter(s) (to be ordered in 1 hour increments; not to exceed 40 hours) Item Number 0002, Disincentive for tardiness (Not to Exceed 10% of Item No. 0001) Item Number 0003, Option Period 1 - Sign language interpreting services (1 interpreter per day) Item Number 0003AA, Option Period 1 - Additional Interpreter(s) (to be ordered in 1 hour increments; not to exceed 40 hours) Item Number 0004, Option Period 1 - Disincentive for tardiness (Not to Exceed 10% of Item No. 0003) Item Number 0005, Option Period 2 - Sign language interpreting services (1 interpreter per day) Item Number 0005AA, Additional Interpreter(s) (to be ordered in 1 hour increments; not to exceed 40 hours) Item Number 0006, Option Period 2 - Disincentive for tardiness (Not to Exceed 10% of Item No. 0005) The selection resulting from this request for quotation will be made on the basis of the lowest price technically acceptable quote from a responsible quoter demonstrating its ability to meet all of the contract requirements and providing all information in response to this RFQ as specified in the Instructions. 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 review quotes on the basis of information furnished by the quoter. 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 emailed, faxed, or mailed and are due on January 25, 2012 at 12:00 PM Central Standard Time (CST)and must include a copy of the quoter's completed business representations and certification, 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. CONTRACT REQUIREMENTS 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 certifying criteria similar to Kansas and Missouri 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 Offers shall submit, by email, fax, or mail: (1) a detailed quote using the pricing schedule provided (2) a list of at least three references for which you have provided a similar service. Provide a contact name, phone number, and a brief description of the service provided for each reference (3) contact information for a Contractor Point of Contact that will be responsible for the performance of work under the contract (4) a list of qualified interpreters that may provide services under this contract (5) a statement of policy describing how the contractor's quality assurance standards meet the requirements of the PWS and an organizational chart showing who is responsible for monitoring quality assurance standards. (6) business Representations and Certifications. Failure to provide all of the above listed items in response to this RFQ may cause your offer to be considered non-responsive. All interested firms shall submit their quotes to the Contract Specialist, Tyrone Lewis, at: email: lewis.tyrone@epa.gov; fax: 913 551-9664; mail: US EPA PLMG/RFMB/ACMS, 901 N 5th St, Kansas City, KS, 66101 no later than January 25, 2012 at 12:00PM CST. Questions may be submitted by e-mail (lewis.tyrone@epa.gov) or by fax (913) 551-9664 no later than January 17, 2012. The contract period of performance will be February 1, 2012 through January 31, 2013, with two one-year option periods to extend the contract through January 31, 2015 if both option periods are exercised.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-KS-12-00004/listing.html)
- Place of Performance
- Address: 901 N 5th Street, Kansas City, Kansas, 66101, United States
- Zip Code: 66101
- Zip Code: 66101
- Record
- SN02652516-W 20120113/120111234459-4e7cb8071e4cfc951f43d9c8a4ced31e (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 |