Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

R -- DFAS ASL Sign Language Interpreter Services

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-05-R-0004
 
Response Due
9/29/2005
 
Archive Date
10/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Description for American Sign Language (ASL) Interpreter Services for the Defense Finance and Accounting Service (DFAS). Services may be required at all DFAS locations in continental United States. Interpreters must have passed the National Registry of Interpreters for the DEAF (RID) written and performance tests and be certified by either their respective state of the National Association for the Deaf (NAD). See attached Statement of Work for details. 1. 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. 2. Solicitation HQ0423-05-R0004 is issued as a request for proposals (RFP). The intent is to place an Indefinite Quantity/Indefinite Delivery (IDIQ) contract for a base year (Fiscal Year 2006) and four option years. 3. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05, effective 26 August 2005. 4. This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 541930, with a size standard of $6,000,000.00. 5. List of contact line item numbers and items, quantities and units of issue: CLIN Description Estimated Quantity U of I Unit Price Extended Price 0001 ASL Interpreter Services ? Base Year (Above Micro-Purchase Threshold) 1500 Hours 0002 ASL Interpreter Services ? Base Year (Below Micro-Purchase Threshold) 3000 Hours 0003 ASL Interpreter Services ? 1st Option Year (Above Micro-Purchase Threshold) 1500 Hours 0004 ASL Interpreter Services ? 1st Option Year (Below Micro-Purchase Threshold) 3000 Hours 0005 ASL Interpreter Services ? 2nd Option Year (Above Micro-Purchase Threshold) 1500 Hours 0006 ASL Interpreter Services ? 2nd Option Year (Below Micro-Purchase Threshold) 3000 Hours 0007 ASL Interpreter Services ? 3rd Option Year (Above Micro-Purchase Threshold) 1500 Hours 0008 ASL Interpreter Services ? 3rd Option Year (Below Micro-Purchase Threshold) 3000 Hours 0009 ASL Interpreter Services ? 4th Option Year (Above Micro-Purchase Threshold) 1500 Hours 0010 ASL Interpreter Services ? 4th Option Year (Below Micro-Purchase Threshold) 3000 Hours . 6. Description of Requirements: See attached Statement of Work 7. Date(s) and Places of Delivery: To be described by individual task order for requirements estimated to be over the micro-purchase threshold; requirements under micro-purchase threshold will be established by Government purchase card holders at the time of placing the requirement. 8. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Supplementing the requirements of this provision, the following provision is also incorporated: Offerors are advised that they may send their proposals by regular postal mail to the contracting office, by fax to 614-693-2711, or by email to andrew.burgess@dfas.mil. 9. The provision of FAR 52.212-2, Evaluation ? Commercial Items, is applicable to this acquisition. The evaluation criteria for this acquisition are: past performance, staffing plan, and pricing. Offerors should address the following: Staffing Plan: Offerors are allowed to submit up to a maximum of 3 pages of information on their staffing, not including resumes. All pages after the first 3 pages, regardless of whether the first three pages are title pages, tables of contents, etc., will not be evaluated. Offerors must include at least one (1) resume for each of the 25 DFAS sties, but shall not submit more than three (3) resumes for any site. There pages shall be properly identified at the top of each page as Staff Plan Information. Past Performance: Offerors are allowed to submit up to a maximum of 3 pages of past performance information. Past performance information should reflect recent and relevant experience to the work being requested in the SOW. All pages after the first 3 pages, regardless of whether they are title pages, tables of contents, etc., will not be evaluated. These pages shall be properly identified at the top of each page as Past Performance Information. Price: Offerors shall complete the pricing table in paragraph (5), above. Offerors are allowed to submit up to a maximum of 1 page of supporting information on their prices, however, this is not required. All pages after the first page, regardless of whether they are title pages, tables of contents, etc., will not be evaluated. These pages shall be properly identified at the top of each page as Pricing Support Information. 10. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with the quotation. 11. The FAR clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and is supplemented by the following local clause: GOVERNMENT POINT OF CONTACT (GPOC): The GPOC will act as the on-site technical point-of-contact for the Government. They will initiate requests and monitor performance. The GPOCs authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Government Point of Contact (GPOC) for this contract is: Scott Coburn Address: Defense Finance and Accounting Service (DFAS) DFAS- Columbus Building 21/7th Floor DFAS-CO/DDSE 3990 East Broad Street Columbus, OH 43213 Phone: 614-693-8035 The GPOC?s facsimile number is: 614-693-8062. INVOICES: Invoices shall be submitted to the payment office identified in block 18a of the SF1449 and a copy provided to the GPOC in accordance with the rates stated in the contract. The GPOC is responsible for certifying the invoices/receiving report and forwarding these documents to the payment and contracting offices. Paper invoices are acceptable until WAWF is implemented (ref. clause 252.232-7003). 12. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -?Commerical Items, applies to this acquisition. The following additional FAR clauses are incorporated in the contract: FAR 52.216-28 Ordering (OCT 1995); FAR 52.216-19 Order Limitations (OCT 1995); FAR 52.216-22 Indefinite Quantity (OCT 1995); FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); FAR 52.244-2 Subcontracts (AUG 1998); FAR 52.219-6 Notice of Total Small Business Set-Side (JUN 2003); and FAR 52.228-5, Insurance ? Work On A Government Installation (JAN 1997). 13. Additional requirements: None 14. Defense Priorities and Allocation System (DPAS) rating: DO-C9 15. The following Number Notes are incorporated in this solicitation: 1, 23 16. Offers are due by 2:00 PM, Thursday, 29 September 2005. Offers should be sent electronically, either by email (teresa.knotts@dfas.mil) or by facsimile (614-693-2711). 17. For additional information, contact Andy Burgess, 614-693-1952. Statement of Work INTERPERTING SERVICES FISCAL YEAR 2006 & Option Years STATEMENT OF WORK FOR INTERPRETING SERVICES INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) I. BACKGROUND It is the policy of the Defense Finance and Accounting Service (DFAS), a federal agency, to provide equal employment opportunities for its employees, former employees, as well as applicants for employment with DFAS. The DFAS agency-wide Interpreter Services contract is from October 2005 through September 2010 (Five Years) for all DFAS sites where there are employees requiring the accommodation. . Arlington, VA Cleveland, OH Columbus, OH Charleston, SC Denver, CO Indianapolis, IN Kansas City, MO Norfolk, VA Oakland, CA Pensacola, FL San Diego, CA Dayton, OH Limestone, ME Omaha, NE San Bernardino, CA Honolulu, HI DFAS, Japan DFAS, Europe Lexington, KY Lawton, OK Rome, NY Seaside, CA St Louis, MO Rock Island, IL Orlando, FL San Antonio, TX Patuxent River, NJ II. PURPOSE DFAS? policies and practices are in full compliance with the laws and regulations governing equal employment opportunity. Interpreting services are required on an as needed basis. Interpreting services will be provided for Deaf/Hard of Hearing employees located agency-wide throughout DFAS. This contract is intended to provide interpreting services to all 27 DFAS locations when required. III. DESCRIPTION AND SCOPE OF WORK 1. Requirements under the Micro-Purchase Threshold (currently $2,500.00) shall be contracted by Government Credit Card (IMPAC card) holders using the terms and conditions (including prices) established in the contract to which this Statement of Work is incorporated. 2. Upon notification of an interpreting requirement that will exceed the $2,500 IMPAC card limit, the EEO POC will contact the Contract Services Directorate (ASD) POC within time to meet the requirements of contained in this paragraph III and provide the following information: A. Identify type of interpreters required (American Sign Language and/or Oral) B. Recommend an interpreting agency (based on rotational assignment) C. Dates of the event to include daily start and end times. D. POC at department which requested interpreter (Name, phone number, location) E. Forward copy of approved DD Form 1262. F. Name(s) of Deaf/Hard of Hearing employee(s) G. Type of interpreting event(s) H. Length of time for the event(s) I. Location of the interpreting event(s) The Contract Services Directorate (CSD) will then contact the contracted interpreting vendor within one business day. Upon receipt of the phone request from the CSD POC, the interpreting vendor will respond within two (2) business days concerning availability/acceptance of the assignment. Within 24 hours the CSD Contracting Officer will then contact the EEO POC to advise that a task order has been executed. 2. The EEO POC shall provide the following information to the vendor immediately upon notice of approval of the task order: A. Directions to the site and instructions regarding restricted entry, if any. B. Name and phone number of the on-site POC. C. Parking arrangements at the site. D. Any other site-specific information. 3. The Site POC or requestor is responsible for ensuring that interpreters are signed-in upon arrival, escorted to the event(s) where the service is needed, and ensuring the interpreter(s) is escorted to the check-out location, in necessary. The individual requesting the interpreting service must request interpreter(s) services as follows: A. Seven (7) business days in advance of any single event. B. Fourteen (14) days in advance for a large or long (more than 24 interpreting hours) work/training session. C. Emergency requests will be handled based upon the availability of interpreting service(s). The EEO POC is responsible for payment of the following charges: A. Additional charges if the Business Unit fails to request an interpreter(s) in sufficient time for processing request. B. Cancellation fee if the EEO POC does not timely cancel an interpreting request. 4. The interpreting agency is responsible for ensuring interpreters have complete and accurate job information prior to day of assignment. Interpreter(s) must arrive approximately 30 minutes before scheduled assignment to clear security, where required. The contract will not include a provision for reimbursement of an interpreters' travel time. Billed time begins with security check in and concludes with the conclusion of the event. For multi day events, the second and subsequent days will be billed for the actual hours of the event. Time taken for meals shall not be billed. Other breaks are billable. Interpreter(s) must contact the identified on-site POC upon arrival for assistance with accessing the facility. Interpreter(s) must notify the on-site POC if an assignment is cancelled or completed early. If this occurs, the on-site POC reserves the right to reassign the interpreter(s) to another assignment at the site. Interpreting assignment will end when the contracted time expires or when the on-site POC releases the interpreter(s). IV. INTERPRETER VENDOR RESPONSIBILITIES The Interpreter shall provide the following resources at no additional cost to the government: all equipment and related materials (if required), and all office supplies, if required. The Interpreter shall bear responsibility for the cost of: administrative support services (if used), travel and subsistence costs incurred in the performance of the interpreting, in accordance with the following for special interpreting situations. V. TRAVEL While the contractor has discretion in assigning personnel, unless prior approval has been obtained from the COR, the principle of minimizing costs to the government is controlling. Travel will be reimbursed at the rate specified in the Joint Travel Regulations (JTR) for both hotels and meals and incidental expenses in all cases where the place of performance is in Hawaii, Japan or Europe. Recognizing that the contractor will be a small business and may not have a complex accounting system nor the staff to audit complex travel claims, contractor will be reimbursed the published per diem rates, regardless of the actual costs incurred. No travel or per diem will be reimbursed for local travel. The government will permit the contractor to invoice the government for one extra day for time-zone orientation for travel to Japan, but not the return trip. Government travel information can be accessed at the following websites: http://www.gsa.gov/Portal/home.jsp and http://www.govexec.com/travel For travel outside the continental United States (OCONUS) refer to www.dtic.mil/perdiem. and VI. QUALIFICATION Interpreter Qualification Standards According to the National Registry of Interpreters for the Deaf (RID), the Americans with Disabilities Act requires the provision of qualified interpreters in a variety of settings. It states that "To satisfy this requirement, the interpreter must have the proven ability to effectively communicate...? One important measure of an interpreter's proven ability is professional credentials. Credentials are obtained by taking and passing an assessment of skills. The National Association for the Deaf (NAD) and individual states offer assessments. To be considered nationally certified, an interpreter must complete and pass RID's written and performance tests. VI. BILLING POLICY AND POC The EEO Point of Contact (EEO POC) will act as the Technical POC for the government. He/She will initiate all requests and monitor all vendor performance. The EEO POC?s authority is limited to technical reviews and does not authorize him/her to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The EEO POC for this contract is Lloyd Stout, (317) 510-7349. The alternate EEO POC is Mary Legree-Ford (317) 510-2165. Defense Finance and Accounting Service 3990 E. Broad Street Building 21 Columbus, OH 43213-1152 Invoices shall be submitted to the EEO POC in accordance with the rate/prices established in this contract. The EEO POC is responsible for certification of invoices and forwarding invoices for payment. Payment will be made in accordance with the Prompt Payment Act. VII. PERIOD OF PERFORMANCE THE PERIOD OF PERFORMANCE SHALL BE ONE BASE YEAR PLUS FOUR OPTION PERIODS OF ONE YEAR EACH. IN THE EVENT THAT AN OPTION YEAR IS EXERCISED, THE CONTRACTOR WILL BE RESPONSIBLE FOR UPDATING ALL MATERIALS IN CONJUNCTION WITH DFAS SUBJECT MATTER EXPERTS (SME), WORKING THROUGH THE COR. VIII GOVERNMENT FACILITY ENTRANCE: All contractor personnel or any representative of the contractor entering any government facility or government leased facility shall abide by all security regulations and be subject to security checks. Access to a DFAS site must be coordinated with the local point of contact to ensure that any site-specific requirements are met. Security and Privacy Act Requirements: All work-performed relative to the tasking identified in the SOW are unclassified or carry a Privacy Act Classification. System security shall be in accordance with DoD Directive 5200.28, Security Requirements for AIS. Security Investigation Requirements: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act and which is category ADP/AIS II. Contractor must ensure sensitive (privacy act) information is properly safeguarded at the work site and not removed from the work site. Also, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. This requires individuals who perform duties at the ADP/AIS II category to have a favorable determination of requisite investigation IAW the specifications of the DoD Personnel Security Program as provided for in the DoD 5200.2-R. If declared, the contractor may be requested to undergo a higher level of investigation. The Government will not incur the investigation expenses caused by contractor employee turnover or replacement within a year?s time. The National Agency Check (NAC) includes the following:  Standard Form 85P - Questionnaire for Public Trust Positions  FD 258 - Finger Print Card All contractor personnel requiring access to the DFAS systems will complete a National Agency Check (NAC). The SF 85P will be completed using the Electronic Personnel Security Questionnaire (EPSQ). EPSQs are available for downloading on the Defense Security Service (DSS) Web Site at www.dss.mil\epsq. Completed EPSQs, to include a copy on a disk and a signed hard copy, will be provided to the Contract Officer?s Representative (COR) or Government Point of Contact (GPOC) elsewhere named in this award. All 85Ps must be accompanied with a copy of the contractor?s birth certificate for citizenship verification. Foreign Nationals must submit appropriate documentation from the Immigration and Naturalization Service (INS). Employment of non-US citizens requires a fully completed and favorably adjudicated background investigation prior to beginning DFAS work. The COR/GPOC will notify the contractor when contractor employees have been approved for access to the facility. The NACs should be completed before the contractor employee begins work. However, on an exception basis and if an emergency situation exists, a US citizen contractor employee may begin once the NAC has been reviewed, initiated, and there is no derogatory information and the COR/GPOC obtains contractor badges. Those US citizen contractors needed to begin work prior to receipt of a favorable NAC must have a waiver of pre-appointment investigative requirements approved by the proponent Business Line Executive, Client Executive, or Corporate Director. All contractor employees must receive a favorable NAC. Unfavorable NAC findings will require individual determinations by the cognizant DFAS security office prior to allowing contractor employee access to the facility. X CONTRACTING OFFICER'S REPRESENTATIVE (COR): COR: Lloyd Stout Defense Finance and Accounting Service ATTN: EEO Office, Room 208S 8899 East 56th Street Indianapolis, Indiana 46249 Alternate COR: Mary Legree Fort Defense Finance and Accounting Service ATTN: EEO Office, Room 217B-1 8899 East 56th Street Indianapolis, Indiana 46249
 
Place of Performance
Address: DFAS continental United States locations as specified in the SOW.
 
Record
SN00896649-W 20050917/050915212955 (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  © 1994-2020, Loren Data Corp.