Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
PRESOLICITATION NOTICE

R -- Interpreter Services for DDC Sharpe Site, Lathrop CA, and Tracy Site, Tracy CA

Notice Date
12/6/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC J1-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SP310013131001
 
Response Due
12/19/2001
 
Archive Date
3/15/2002
 
Point of Contact
Nina Markel, Contract Specialist, Phone (717) 770-4015, Fax (717) 770-7591 - Freda Stinson, Contract Specialist, Phone 717 770-6611, Fax 717 770-5689
 
E-Mail Address
nmarkel@ddc.dla.mil, fstinson@ddc.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center located in New Cumberland, PA has a requirement for Interpreter Services. The services are to be performed at two DDC sites ? San Joaquin, Sharpe Site, Lathrop, CA and Tracy Site, Tracy, CA. The period of performance is from 01 Jan 2002 through 30 Dec 2002. This acquisition is 100% set-aside for small business. The associated North American Industry Classification System (NAICS) code is 541930 and the size standard to meet the set-aside requirement is $5.0 million. A written solicitation will NOT be issued. This notice constitutes a combined synopsis/solicitation in accordance with the format in FAR subpart 12.6 and supplemented with additional information herein. This notice constitutes the only solicitation document and the only request for quotes. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://www.arnet.gov/far/. (Select FAR archived HTML format, Part 52 Solicitation Provisions, clause 52.212-3.) FAR clauses may also be viewed at http://www.acq.osd.mil/dp/dars/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS. Award will be based on the lowest evaluated price. Prices for the above identified services should be submitted in the following format: Rates are for 24 hour services: Item Number 0001 Real Time Captioning $__________ per hour with 2 hour minimum Sign Language and Oral Interpreting $_________ per hour with 1 hour minimum Tactile Interpreting and Mobility Guidance Service for Deaf/Blind individuals at the rate of $_________ per hour with 1 hour minimum and a 2 hour minimum after 5PM, weekends and holidays. Emergency Interpreting Service at a rate of $_________ per hour with 1 hour minimum and a 2 hour minimum after 5PM, weekends and holidays. Travel Time will be at a rate of $_____ per mile or $_______ per hour. The Government shall notify the contractor for service at least five working days in advance. The contractor will require ______ hour advance notice of cancellation to avoid incurrence of fees. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with its offer. Failure to include the certifications along with a price proposal may effect award status. All questions and inquiries should be addressed via email to nmarkel@ddc.dla.mil. Reference Document Number SB3100-1313-1001. Prices and representations/certifications are required NLT COB (4:00 PM) on Dec 19, 2001. This information should be submitted to the above email address or faxed to 717-770-7591. Contractor must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE - http://www.ccr2000.com/ or an award cannot be processed.The Government intends to award a contract resulting from this notice to the responsible offeror whose offer conforming to this notice will be most advantageous to the Government based on lowest price. Award will be made on an all or none basis.
 
Place of Performance
Address: Lathrop and Tracy CA
Zip Code: 95376
Country: USA
 
Record
SN20011206/00001137-011207190631 (fbodaily.com)
 

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.