SOURCES SOUGHT
R -- American Sign Language Interpreter
- Notice Date
- 9/5/2023 3:09:50 PM
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- DEFENSE CONTRACT MANAGMENT OFFICE FORT GREGG ADAMS VA 23801 USA
- ZIP Code
- 23801
- Solicitation Number
- S5121A-FY24-0001
- Response Due
- 9/27/2023 1:00:00 PM
- Archive Date
- 10/12/2023
- Point of Contact
- Joan D. Kramer, Phone: 8046094312
- E-Mail Address
-
joan.d.kramer.civ@mail.mil
(joan.d.kramer.civ@mail.mil)
- Description
- Sources Sought Notice Notice Type:� Sources Sought/Market Research for American Sign Language (ASL) Interpreter Services This is a Sources Sought/Market Research Notice to request information for Government planning purposes only.� Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. The Government is not committed to issue a solicitation or award a contract as a result of this announcement.� As this is a sources sought synopsis and not a solicitation for request for proposals or quotations, the Government does not encourage questions concerning this market research. OVERVIEW The Defense Contract Management Agency (DCMA), Equal Employment Opportunity Office, Fort Gregg-Adams, VA, has a requirement to establish procedures to facilitate the provision of reasonable accommodations to employees and job applicants with disabilities.� The purpose of reasonable accommodations is to provide employment opportunities for individuals with disabilities who otherwise would not be able to perform the essential functions of their job, and to allow employees with disabilities to perform or be more productive.� One form of reasonable accommodation is to provide an ASL interpreter for those who are Deaf/Hard of Hearing (D/HH) and require those services. The requirement will be implemented using the North American Industry Classification System (NAICS) Code 541930 � Translation and Interpreter Services. DCMA is conducting this Sources Sought to identify contractors who possess the capabilities to provide ASL Interpreter Services and to determine their capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 541930 ($22.5M according to https://www.sba.gov/document/support-table-size-standards), and has provided the required service, we request the information shown below. As permitted by FAR Part 10, this is a market research tool being used for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP) or Request for Quotation (RFQ), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP or RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due by 4:00 p.m. Eastern, September 27, 2023 to Ms. Joan Kramer at joan.d.kramer.civ@mail.mil. �Response must include the information requested below. Responses greater than 15 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications to perform the defined service. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Points of contact (name, title, phone number and email address); Unique Entity Identification (UEI) and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Business designation/status (must correlate with SAM registration): _____ Large Business�������� ����������� ����������� _____ Small business _____ HUBZone��� ����������� ����������� ����������� _____ WOSB _____ Small Disadvantaged Business �������� _____ 8(a) Business Development Program _____ VOSB��������������������� ����������� ����������� _____ SDVOSB A summary of your company�s expertise in providing the same or similar services outlined in the attached DRAFT Performance Work Statement; Statements of your firm�s expertise should include reference to relevant contracts performed (including a description of the scope, quality of the support provided, and contract number). Again, this information is requested for Government planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government will not award a contract based upon responses to this announcement. The Government will not reimburse or pay for any costs in regards to the preparation or submission of information in response to this notice. Contracting Office Address: Defense Contract Management Agency ATTN: Joan Kramer 3901 Adams Avenue Fort Gregg-Adams, VA 23801
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a391208e640456e846c07884c07d4d8/view)
- Place of Performance
- Address: Fort Gregg Adams, VA 23801, USA
- Zip Code: 23801
- Country: USA
- Record
- SN06819192-F 20230907/230905230058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |