MODIFICATION
R -- ASL Intrepretors in State of CT
- Notice Date
- 11/7/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 3003 Chamblee Tucker Rd, atlanta, GA 30341
- ZIP Code
- 30341
- Solicitation Number
- HSFE01-13-R-1301
- Response Due
- 11/7/2012
- Archive Date
- 5/6/2013
- Point of Contact
- Name: Doug Porter, Title: CO, Phone: 2023409854, Fax:
- E-Mail Address
-
douglas.porter@dhs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSFE01-13-R-1301 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-11-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Provide American Sign Language (ASL) Interpreter service as follows: 1. (2) intepretors at each of five (5) Disaster Recovery Centers (DRC), for 12 hours per day, for first 12 days of operation(8 AM - 8 PM), and therefater provide (1) intepretor at each of same five (5) Disaster Recovery Centers (DRC), for 12 hours per day for 24 days. DRCs are located at Bridgeport, Old Saybrook, New Haven, Greenwich and Groton, CT. (2) Provide up to (2) intepretors on an on-call mobile basis to support the FEMA Joint Field Office (JFO), Windsor, CT requirements. This will require one hour response time and hourly fee will include portal to portal service to include response and transit time to and from required location. Locations yet to be determined. Events that will require service include: Town meetings, FDRC/NDRF Meetings, FCO Support, Support over a six month period with an estimated 15 events per month.TOTAL REQUIREMENT UP TO 3600 HOURS TOTAL. GOVT CAN CANX PERFORMANCE WITH 7 days notice., 3600, HOURS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Qualifying bid(s) received from entitities based in State of CT will receive award preference provided price is deemed fair and reasonable in accordance with Stafford Act Section 307. In order to be compliant all sellers must have their primary business location in CT Stafford Act FAR 6.6).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE01-13-R-1301/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02926312-W 20121109/121107235255-9806c56d019c1de7a038f2f63578e531 (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 |