Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

99 -- 1800 Interpreter Service Line - SOW

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
 
ZIP Code
21244-1850
 
Solicitation Number
702-0-9205-02-RAW
 
Archive Date
8/6/2010
 
Point of Contact
Renee A Wallace-Abney, Phone: 410-786-5128
 
E-Mail Address
renee.wallaceabney@cms.hhs.gov
(renee.wallaceabney@cms.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a Request for Quotation prepared in accordance with FAR Part 13, as supplemented with additional information included with this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTES ARE BEING REQUESTED. The Centers for Medicare and Medicaid Services intends to award using Simplified Acquisition Procedures, a fixed priced purchase order at a fixed labor rate for consulting services for services for CMS 1800 Interpreter Service Line. A purchase order award will be made within (5) business days after the response due date of this notice. The period of performance will be twelve months. The North American Industry Classification System Code (NAICS) is 541930. A Statement of Work and Deliverables are attached. This Request for Quotes (RFQ) is being set aside for small business concerns. Responses must be sent electronically in MS Word format to renee.wallaceabney@cms.hhs.gov by Thursday, July 29, 2010 by 11:00 am EST. All questions should be submitted no later than Monday, July 26. 2010 1) Contractor's plan to perform the Statement of Work; 2) Past performance information - relevant experience to perform the required services; and 3) fully loaded labor rate and anticipated hours. All responses will be evaluated on a best value basis using the attached 1) Technical Evaluation Criteria; 2) Past performance; and 3) Price - the amount. The government intends to award an order to the responsible offeror whose quotation offers the best combination of technical capabilities and proposed price; the best value (considering price and other factors). All responses/quotes submitted shall remain valid for a period of 180 days. Interested parties must be able to affirm no conflicts of interest with parties involved in Medicare claims processing in light of the work identified in this Statement of Work. In the event that the vendor/government identifies a conflict or the appearance of a conflict, the vendor shall be responsible for providing a mitigation strategy that satisfies the government. In the event that the conflict cannot be resolved, the order cannot be awarded or an existing order may need to be terminated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/702-0-9205-02-RAW/listing.html)
 
Place of Performance
Address: 7500 Security Boulevard, Baltimore, Maryland, 21244/1850, United States
 
Record
SN02210951-W 20100722/100720234650-c120818b3ac642ee3cb8043c5f9b2a0c (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.