Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

R -- Interpreter Services - STATEMENT OF WORK

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-09-Q-0070
 
Point of Contact
Laura A. Dodson, Phone: 7177705516
 
E-Mail Address
laura.dodson@dla.mil
 
Small Business Set-Aside
N/A
 
Description
Statement of Work The Defense Distribution Depot San Joaquin, CA (DDJC) to include Sharpe Site, Lathrop, CA and Tracy Site, Tracy, CA, has a requirement to provide interpreter services on an as needed basis for meetings, training, and other events, to include interpreting spoken English into signed English and American Sign Language (ASL) and ASL or signed English back into spoken English. Period of performance will be June 5, 2009 through June 4, 2010, per the attached Statement of Work (SOW), attachment 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3100-09-Q-0070. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code for this service is 541930 and the business size standard is $7.0M. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-31 effective 19 March 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. PERIOD OF PERFORMANCE – June 5, 2009 through June 4, 2010. CLIN 0001 – Sign language interpreter services per attached SOW, estimate 750 normal business hours at $_________ per hour = $____________ estimated total. CLIN 0002 – Overtime and late notice per attached SOW, estimate 35 hours at $___________ per hour = $_________ estimated total. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. The contractor’s technical quote shall include a list of key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in California’s Directory of Qualified Interpreters. 3. Contractors past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contact (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied. 4. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation – Commercial Items (a) The Government intends to award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. Quotes shall be evaluated only and shall not be rated. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following two (2) non-cost factors shall be used to evaluate quotes: Factor 1 – Technical capability and Factor 2 – Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If a quote has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror’s past performance history is satisfactory. An offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory past performance history then the quote will be evaluated for the lowest price. Factor 1 – Technical capability – The minimum criteria for acceptability for this factor shall be the submission of a list of key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in California’s Directory for qualified Interpreters. Factor 2 – Past Performance – By past performance the Government means the offeror’s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s reputation for record or reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror’s business-like concern for the interest of the customer. Evaluation of past performance will be subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of past performance. In evaluating an offeror’s past performance record, the Government will consider information in the offeror’s quotel and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms and former subcontractors; and others who may have useful information. The information provided should reflect similar contracts for the same or similar type products. FAR 52-213-3 Offeror Representations and Certifications – Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items FAR 52.212-4Contract Terms and Conditions–Commercial Items, Addenda to 52.212-4; the following clauses apply: Alt 1 (Oct 2008) applies with the following fillins: Paragraph (i)(1)(ii)(D)(1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct costs (e.g., travel, computer usage charges, etc. Insert “None” if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None’.”] ______________NONE_____________________________________ Paragraph (i)(1)(ii)(D)(2) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert “$0” if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None’.”] ______________NONE_____________________________________ (End of Clause) FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.219-28Post Award Small Business Program Rerepresentation FAR 52.222-3Convict Labor FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13Restriction on Certain Foreign Purchases FAR 52.232-36Payment by Third Party FAR 52.232-33Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.222-41Service Contract Act of 1965 FAR 52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage – Fringe Benefits Interpreter (Sign Language) – GS 07 - $21.55 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No 2005-2067, Revision No 8, dated 05/29/2008 is applicable to this solicitation. All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3100-09-Q-0070. Pricing and representations/certifications are required NLT 3:00 PM EDT ON APRIL24, 2009. This information should be submitted to above email address or faxed to 717-770-7591. No phone calls will be accepted reference this solicitation. All questions shall be emailed to the contract specialist. Contractors must be capable of accepting payment by either electronic funds or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84a213996fbda2f4a5dc19e817ba7b38&tab=core&_cview=1)
 
Record
SN01789032-W 20090410/090408221422-8612889927a5417b13df5066b9cf9cd3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.