Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

R -- SIGN LANGUAGE INTERPRETERS

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
SP4700-02-T-0041
 
Response Due
9/10/2002
 
Point of Contact
Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172, - Brenda Geist, Contracting Officer, Phone (703)767-1172, Fax (703)767-1172,
 
E-Mail Address
brenda_geist@hq.dla.mil, brenda_geist@hq.dla.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation SP4700-02-T-0041 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 2001-04); 8 February 2002. This solicitation is unrestricted and the associated NAICS code is 541930, size standard is $6M. The contract line items are CLIN 0001 One Full-Time Interpreter, 1,950 Hours, CLIN 0002 Two Part-Time Interpreters 1,872 Hours, CLIN 0003 Ad Hoc Interpreters Not to Exceed 128 Hours; all for a one-year base period, with two separately-priced option years for the same hours applicable to each CLIN. C.1 BACKGROUND Under the provisions of the Rehabilitation Act of 1973 and Amendments of 1992, which make employment standards established under Title 1 of the Americans with Disabilities Act of 1990, applicable to Federal employment under Section 501 of the Rehabilitation Act, Federal Agencies are required to make ?reasonable accommodations? to the known employees with physical or mental disabilities, former employees and applicants. The Defense Logistics Agency (DLA) has approximately 3,000 serviced employees and customers in the Washington, D.C. metropolitan area. Approximately 30 employees use sign language and require interpreter services routinely or for specific events. C.2 SCOPE The contract line items are CLIN 0001 Full-Time Interpreter, 1950 hours; CLIN 0002 Two Part-Time Interpreters, for a total of 1,872 hours; CLIN 0003 Ad Hoc Interpreters, NTE 128 hours; all for a one-year base period, with two separately-priced option years for the same hours applicable to each CLIN to organizations serviced by the DLA Equal Employment Opportunity Operations Office (DO-S) as required up to 55 times a month. The majority of assignments shall be located at the Headquarters of the Defense Logistics Agency (DLA) located in the McNamara Complex at Ft. Belvoir, Virginia; however, some assignments shall be off-post but within the metropolitan area. Attachment J.1 is a map of Fort Belvoir North Post and directions to the McNamara Complex facility. C.3 SERVICE TO BE PROVIDED C.3.1 The contractor(s) shall provide interpreters who translate between English-like signing and spoken English and/or who interpret between American Sign Language and spoken English. Interpreters should have a National Association of the Deaf (NAD) Level III (Generalist), Level IV (Advanced), or Level V (Master) certification and/or a Registry of Interpreters for the Deaf (RID) Comprehensive Skills Certification (CSC). C.3.2 Full-time interpreter The contractor(s) shall provide one full-time, ideally NAD Level IV and/or RID CSC certified, interpreter. The interpreter will report to the Contracting Officer?s Representative (COR) at the DO-S office, Room 1119, McNamara Complex, Fort Belvoir, Virginia and be located at the DO-S office when not on an assignment. The interpreter will not exceed 37.5 hours per week (which does not include 30 minutes for lunch). The interpreter will work Monday through Friday from 8:30 a.m. to 4:30 p.m. (factoring in a 30 minute, unpaid lunch period) and provide interpreting services as assigned by the COR. C.3.3 Part-time interpreter The contractor(s) shall provide two part-time, ideally NAD Level IV and/or RID CSC certified, interpreters. The interpreters will report to the COR at the DO-S office, Room 1119, McNamara Complex, Fort Belvoir, Virginia and be located at the DO-S office when not on an assignment. Each interpreter will not exceed 18 hours per week (which does not include 30 minutes for lunch). One interpreter will work Monday through Wednesday from 9:00 a.m. to 3:30 p.m. (factoring in a 30 minute, unpaid lunch period) and one interpreter will work Tuesday through Thursday from 9:00 a.m. to 3:30 p.m. (factoring in a 30 minute, unpaid lunch period). The COR will provide the assignments and has the right to change the days of the week and scheduled times the interpreters are routinely scheduled to work, based on requirement, with a five calendar day notice. C.3.4 Ad hoc interpreters The contractor(s) shall provide additional interpreters for ad hoc requests of two to eight hour duration that cannot be covered by the full-time and/or part-time interpreters upon the COR?s request, ideally NAD Level IV and/or RID CSC certified, on-site at the DO-S office, Room 1119, McNamara Complex, Fort Belvoir, Virginia as required. If required, the contractor will provide an ad hoc interpreter with a security clearance. The COR shall contact the contractor(s) via e-mail, facsimile, and/or telephone with requests for, changes to, or cancellations of interpreter services. The COR will provide pertinent information related to the assignment (date, time, projected length of assignment, type of assignment, location, consumer?s name, two (2) points of contact (POC) names and their telephone numbers, and language preference.) Requests shall be made by the COR at a minimum of two (2) business days prior to the assignment between the hours of 7:30 a.m. to 4:30 p.m. Occasions may occur where the COR is unable to provide the required two (2) business days notice. When less than two (2) days notice is given, the contractor shall have the right to refuse the assignment. The contractor(s)? refusal must be given within 2 hours of the time the order was placed during the DLA business day from 7:30 a.m. to 4:30 p.m. If the contractor(s) accepts the order it shall be billed at the hourly rate established. No special rates shall be used for orders placed with less than two (2) business day?s notice. The contractor(s) shall provide the COR the name(s) of the interpreter(s) and the level of the interpreter?s certification at a minimum twenty-four (24) hours prior to the assignment. C.4 QUALIFICATIONS OF INTERPRETERS All interpreters should have a National Association of the Deaf (NAD) Level III (Generalist), Level IV (Advanced), or Level V Master) certification and/or a Registry of Interpreters for the Deaf (RID) Comprehensive Skills Certification (CSC). If interpreters with these certifications are not provided by the contractor, the interpreters provided must be approved by a cross section of DLA?s employees with hearing impairments. All interpreters shall conduct themselves according to the NAD and/or RID code of ethics. C.5 NUMBER OF INTERPRETERS REQUIRED The number of interpreters is subject to the approval of the COR. In general, two (2) interpreters shall be required for assignments lasting more than two (2) hours, detailed technical assignments, or platform assignment lasting more than one (1) hour. C.6 ARRIVAL OF INTERPRETERS Full time and part-time interpreters Arrival will be 15 minutes prior to assigned duty hours. To enter the McNamara Complex and its buildings and Headquarters, interpreters, full time and part-time, must have a photo ID that is accepted by DLA?s Security Office; for example, a valid driver?s license. Ad hoc interpreter Interpreters shall arrive not later than thirty (30) minutes prior to a scheduled assignment no matter where the assignment is located. To enter the McNamara Complex and its buildings and Headquarters, interpreters, full time and part-time, must have a photo ID that is accepted by DLA?s Security Office; for example, a valid driver?s license. Sufficient time must be allocated by interpreters for entrance into the McNamara Complex secured parking area and subsequent secured entrance into the McNamara Complex building. Interpreters shall access the building through the main entrance. Upon clearing security, interpreters shall call the POC provided to them by the COR to escort them to the assignment if the POC is not at the security desk to do so. The contractor(s) shall not bill the Government for any of the time described in this paragraph. C.7 NO DEAF EMPLOYEES ATTEND ASSIGNMENT Ad hoc interpreters If an ad hoc interpreter is on-site for a scheduled assignment open to a general audience and no one requiring interpreter services attend, the interpreter shall contact the POC for the assignment or the Interpreter Services COR located in the DO-S office, Room 1119, McNamara Complex, Fort Belvoir, Virginia thirty (30) minutes after the start of the event. The COR reserves the option, with notification of the change to the contractor, to assign the interpreter to another request of equal duration without an additional charge or cancellation fee for the original request. Exception: If the event is being video taped, the full-time, two part-time and all ad hoc interpreters shall provide interpreting services if requested to do so by the POC for the assignment or COR whether there are people in attendance requiring interpreter services or not. C.8 LIBERAL LEAVE FOR FEDERAL EMPLOYEES Full time and part time interpreters report to work as usual. Ad hoc interpreters If the Federal Government is on liberal leave, the contractor(s) shall check with the COR or their POC for the assignment for verification that the event will continue as scheduled. If the event has been canceled, the contractor(s) may assess the cancellation fee for less than 24 continuous hours notice. C.9 CLOSURE OF FEDERAL GOVERNMENT DUE TO INCLEMENT WEATHER OR EMERGENCY Full-time and part-time interpreters If the Federal Government is closed due to inclement weather or other emergency situations, full-time and part-time interpreters will not report to work and no cancellation fee shall be assessed. Ad hoc interpreters If the Federal Government is closed due to inclement weather or other emergency situations, ad hoc interpreters will not report to work and no cancellation fee shall be assessed. C.10 HOURLY RATE FOR SERVICES The hourly rate includes all travel expenses, evening assignments and weekend assignments. Attachment J.2 provides the job history for 1996 to date. The contractor shall bill the Government using the flat rate established in the pricing schedule. C.11 REIMBURSEMENT FOR SERVICES Ad hoc interpreters requests Regardless of assignment duration, the contractor(s) shall be reimbursed for a minimum of two (2) hours. Assignments lasting more than two (2) hours shall be invoiced for the actual duration of the assignment and not the estimated duration called in by the COR when issuing the order. For billing purposes the contractor(s) shall round up or down, as appropriate, to the nearest hour. The contractor(s) shall bill in whole hour units only. For example, if the COR places an order for an assignment that is anticipated to last from 8:00 a.m. to 1:00 p.m. but the assignment actually lasts from 8:00 a.m. to 11:30 a.m., the contractor(s) shall bill the Government for 4 hours of service. If the assignment lasted from 8:00 a.m. to 11:15 a.m., the contractor(s) shall bill the Government for 3 hours of service. C.12 CANCELLATION OF ASSIGNMENT Ad hoc interpreter requests The COR shall notify the contractor(s) by e-mail, facsimile, or telephone if an assignment is canceled. Assignments canceled less than or equal to twenty-four (24) continuous hours shall be reimbursed at the number of projected scheduled hours for the assignment multiplied by the applicable hourly rate. Assignments canceled prior to twenty-four (24) continuous hours before the assignment shall not be reimbursed. C.13 FAILURE TO PROVIDE SERVICE The contractor(s) shall provide interpreting services upon request as long as the time lines described within this Statement of Work (SOW) are adhered to by the COR. If for any reason not described in this SOW, the contractor(s) fails to fulfill an interpreter service request at the location and time required, the contractor(s) shall not charge the Agency for the requested service; under these conditions the contractor will provide the organization who requested the service one hour of free service the next time interpreting services are requested by that organization. C.14 EVALUATION OF SERVICES Recipients of interpreter services shall provide feedback as they desire and/or as requested by the COR on the quality of the interpreter services received. The COR will provide feedback to the contractor(s) within 24 hours of receipt of the feedback. The contractor(s) shall take appropriate action based on the feedback and provide the COR with a response to the feedback within 24 hours of receipt of the feedback. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The following evaluation factors are applicable in descending order of importance: Factor 1 ? Management ? Ability to provide interpreter services to a large government organization up to 55 times a month; Ability to manage multiple sign language interpreters; Ability to supply one (1) full-time interpreter; Ability to provide two (2) part-time interpreters who are flexible, with advance notice, in terms of days per week and hours per day services are required; Ability to provide ad hoc interpreters within two business day of a request; Ability to provide ad hoc interpreters who have a secret security clearance when required; Ability to communicate with the COR by telephone, facsimile, and electronic mail (e-mail); Ability to supply certification of interpreters on staff; Factor 2 ? Technical - Ability to provide interpreters who translate between English-like signing and spoken English and/or who interpret between American Sign Language and spoken English; Ability to provide Interpreters who have a National Association of the Deaf (NAD) Level III (Generalist), Level IV (Advanced), or Level V (Master) certification and/or a Registry of Interpreters for the Deaf (RID) Comprehensive Skills Certification (CSC); Ability to provide interpreters who are able to provide interpreting services to a large group or auditorium audience when required; Ability to provide interpreters who are able to be video taped when required; Ability to provide interpreters who are able to interpret technical language (for example computer software language); Factor 3 - Past Performance - References from at least three (3) customers who use the contractors interpreter services weekly to include a point of contact (POC) and telephone number. At least two of the three (3) references must be a Federal Government agency; Each contractor shall provide a portfolio on their company; Each contractor shall provide a prospectus on their company; and 4) Price - Provide hourly rates for full-time, part-time, and ad hoc interpreters. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation is judged to be most advantageous to the Government, with price and other factors considered. When combined, all evaluation factors other than price are significantly more important than price. The Government will evaluate prices and determine their reasonableness on the basis of technical trade-off. If, after evaluation of management, technical, and past performance information, two or more proposals are determined to be relatively equal, price will be the determining factor of award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this. FAR clauses 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 and 43 apply to this solicitation. Offers are due 10 Sep 02, 12:00 p.m., Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Ms. Brenda Geist (brenda_geist@hq.dla.mil) for information regarding the solicitation.
 
Place of Performance
Address: DEFENSE LOGISTICS AGENCY, 8725 JOHN J. KINGMAN ROAD, FORT BELVOIR, VA,
Zip Code: 22060-6220
Country: USA
 
Record
SN00149729-W 20020828/020826213042 (fbodaily.com)
 
Source
FedBizOpps.gov 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.