Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

R -- Sign Language Interpretation Services

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
193677
 
Archive Date
11/30/2010
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812, Cheryl A Bernhard, Phone: (202) 406-6826
 
E-Mail Address
danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
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. RFQ 193677 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 2005-45. This solicitation will be non-restricted and the NAICS code is 541930 - Translation and Interpretation Services. The US Secret Service intends to award a fixed priced commercial services contract. Overview of Requirement The U.S. Secret Service, headquartered in Washington, D.C., has a need for a sign language interpreters in two areas 1) a need of a dedicated sign language interpreter to be on the premises on a full-time basis to meet the needs of hearing impaired USSS employees and 2) a part-time sign language interpreter to provide services enabling the USSS to provide a practical reasonable accommodation for the Hearing Impaired employees, applicants, and visitors located at the U.S. Secret Service Headquarters in Washington, DC. It is vital for a sign language interpreters to be available as per the requirements as stated in the statement of work. The contractor(s) must be willing to travel to other sites within the Washington, D.C. metropolitan area as needed to include the James J. Rowley Training Center in Laurel, Maryland. Local travel, within the Washington, D.C. metropolitan area will be the responsibility of the contractor. If needed, travel outside of the Washington, D.C. metropolitan area will be made in accordance with the Federal Travel Regulations. A DD form 254 (facility clearance for the firm) will be required for contract award. The primary CID On-Call interpreter must possess a Top Secret/SCI clearance. Intermittent, part-time service providers as well as on-call, backfill services for EEO and CID must possess at a minimum a Top Secret security clearance. The period of performance is anticipated to be from date of award - Base Year with four one-year option periods. Questions shall be submitted to the Point of Contact (POC) via email only. The Government anticipates awarding on initial offers but reserves the right to conduct discussions if necessary and determined to be in the best interests of the Government. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to eliminate any offeror from the competitive range that does not follow the instructions or fails to include any information that is required as stated below: All written material submitted shall be in 10 point Times New Roman Font, single spaced, and shall have 1" margins left and right. The written copy of the technical proposal shall not exceed more than 15 typed pages. The proposal submitted shall include the following: I. Technical a. Resumes for personnel b. Capability Statement II. Past Performance III. Pricing All proposal documents listed above shall be submitted in electronic format and emailed to Danielle Donaldson at danielle.donaldson@usss.dhs.gov by no later than 15 November 2010, 0900 EST. Hard copy proposals will not be accepted. The written Proposal shall consist of three parts: I. Pricing; II. Technical and III. Past Performance. Part II. Technical Proposal will comprise of two steps. Step 1: Parts A and B; and Step 2: Part C. I. Pricing Proposal A. Offeror Information: Offeror shall provide: Contractor's business name, DUNS, Taxpayer Identification Number (TIN). POC's name, email address, and telephone number. B. Pricing - the offeror shall provide a total price for each line item: Base Year : FY2011 hourly rate which will be fixed throughout FY2010. CLIN 0001 - CID On-Call Position CLIN 0002 - EEO Part-Time Position CLIN 0003 - Intermittent Services (On-Call) Hourly Rate for (1) On-Call Sign Language Interpreter Option Year 1 : FY2012 hourly rate which will be fixed throughout FY2012. CLIN 0004 - CID On-Call Position CLIN 0005 - EEO Part-Time Position CLIN 0006 - Intermittent Services (On-Call) Hourly Rate for (1) On-Call Sign Language Interpreter Option Year 2 : FY2013 hourly rate which will be fixed throughout FY2013. CLIN 0007 - CID On-Call Position CLIN 0008 - EEO Part-Time Position CLIN 0009 - Intermittent Services (On-Call) Hourly Rate for (1) On-Call Sign Language Interpreter Option Year 3 : FY2014 hourly rate which will be fixed throughout FY2014. CLIN 00010 - CID On-Call Position CLIN 00011 - EEO Part-Time Position CLIN 00012 - Intermittent Services (On-Call) Hourly Rate for (1) On-Call Sign Language Interpreter Option Year 4 : FY2015 hourly rate which will be fixed throughout FY2015. CLIN 00013 - CID On-Call Position CLIN 00014 - EEO Part-Time Position CLIN 00015 - Intermittent Services (On-Call) Hourly Rate for (1) On-Call Sign Language Interpreter C. Offeror must be listed in the Online Representations and Certifications Application (ORCA), https://orca.bpn.gov, and if not, then offeror must include a completed copy of FAR 52.212-3. II. Technical Proposal The technical proposal shall be separate from the Price Proposal. The page limit is 15 pages typed pages. Technical proposals will not be evaluated past the 15 page limit. There will be a review of the Technical proposals Parts A and B and if Parts A and B are rated as satisfactory or higher, an Oral Presentation (Part C) will be scheduled. The following technical subfactors shall be evaluated. Subfactors A, B are of most importance and but when combined with Subfactors A, B and C they are of equal importance. STEP 1 : PART A. Personnel: The offeror shall provide personnel that have demonstrated experience in successfully performing similar tasks to this requirement within the last three years. The offeror shall provide evidence of this experience by submitting resumes and a synopsis of each proposed key personnel to work on this effort. If an offeror does not have the qualifications required, the offeror shall state that they have none, shall state why they are capable of performing this work and how they would accomplish the task, and justify that statement with valid reasons. Offerors with more experience in providing these skills will be given a higher rating. For each interpreter, the offeror must submit: • A resume containing sufficient information to enable USSS to determine whether the individual possesses the minimum of three years' experience as well as education pertaining to the interpreting profession needed to meet its requirement; • Certification that the interpreter is Qualified/Certified member in good standing with the Registry of Interpreters for the Deaf (RID) and; • Evidence of the interpreter's Top Secret Clearance (must possess a Top Secret security clearance). PART B. Capability: A description of the services it will provide that demonstrates it clearly understands the Statement of Work (SOW) and all required details of the Solicitation. It should provide a company overview, what you do, and discuss your staff, equipment and resources. In this statement, demonstrate your understanding of the requirements listed in the SOW, as well as your knowledge of the services to be provided. The offeror's proposal shall demonstrate the practices and methodology to be used in performing the tasks at hand. STEP 2 : PART C. Oral Presentation: For those whose receive a satisfactory or higher rating on Parts A and B of the Technical Proposal, an oral presentation will be scheduled at USSS Headquarters in Washington, DC, date and time to be determined. Each contractor will be allotted a total of ten minutes. If a contractor submits two interpreters, each interpreter will have 5 minutes. The hearing impaired USSS employee will make a technical presentation which each offeror will interpret. A panel existing of U.S. Secret Service/Hearing Impaired employees, other U.S. Secret Service employees, and external qualified sign language interpreter will be used to evaluate the presentations. The presentations may be videotaped. III. Past Performance Offeror should provide three references from three different agencies/entities for work performed within the past three years. Each reference must include the point of contact name, telephone number and email address. Identify contracts containing efforts similar to those efforts required by this solicitation for you, your principal subcontractors and team members. These contracts must be contracts performed within three years of this proposal submission with either the Federal Government or commercial customers, which demonstrate work similar in type of work described in the RFP. Vendors must verify information prior to proposal submission. For each project listed, provide the following: · Short description of the work performed · Client name and point of contact familiar with vendor's performance (include name, telephone number, address and email address) · Period of Performance · Annual and total dollar amount of contract. · Provide a maximum of five contracts for the Prime and two for each principal subcontractor(s) and/or critical team member(s). · The past performance information submitted must demonstrate the capability to perform all CLINs. · The offeror's past performance information shall also identify recent relevant programs that provide evidence of its organization's (including your principal subcontractors and critical team members) ability to provide interpretation services. Evaluation Factors The Government will award a contract resulting from this solicitation to the offeror who has demonstrated that their complete proposal offers the "Best Value" to the Government. Price, Past Performance and other factors considered. Technical capability is significantly more important than the combined importance of Price and Past Performance. As individual factors, Technical Capability is the most important and Past Performance is more important than price. The Technical Capability will be evaluated as Outstanding, Highly Satisfactory, Satisfactory, Marginal and Unsatisfactory. The following factors shall be used to evaluate offers: (1) Price; (2) Past Performance, and (3) Technical Capability as demonstrated by a technical written proposal and an in-person oral presentation. Parts A and B of the Technical Proposal will be reviewed and evaluated, those receiving a Satisfactory rating or higher will be invited to present an Oral Presentation. Technical Capabilities are more important than Past Performance. Past Performance is more important than price. When combined, the non-price factors are of significantly greater importance than price. The factors will be evaluated as follows: 1. Technical Capability : STEP 1: Sub-factor A: Personnel: The offeror shall be evaluated on the overall level of expertise. Offerors with more experience in providing these skills will be given a higher rating. Sub-factor B: Capability Statement: O fferors will be rated on the level of expertise shown in the statement and their ability to perform the task. A higher rating will be given to those that are able to show a high level of expertise for this requirement. STEP 2: Sub-factor C: Oral Presentation: Each contractor will be allotted a total of ten minutes. If a contractor submits two interpreters, each interpreter will have 5 minutes. The hearing impaired USSS employee will make a technical presentation which each offeror will interpret. A panel existing of U.S. Secret Service/Hearing Impaired employees, other U.S. Secret Service employees, and external qualified sign language interpreter will be used to evaluate the presentations. The presentations may be videotaped. If an interpreter fails to interpret properly the offeror will be rated negatively. The panel will be looking at your presentation skills. The minimum a reas to be looked at: 1. Ability using sign-to-voice to provide accurate technical content. Was any content omitted or inappropriate information added? 2. Does the interpreter use appropriate tone/inflection/emphasis? 3. Does the interpreter use appropriate timing? 4. Does the interpreter use appropriate communication skills/cues with the presenter? 5. Does the interpreter have appropriate public speaking skills? 2. Past Performance : The Government shall assess risks associated with offeror's past performance in the following areas: Timely delivery of services, Technical quality, and Business-like concern for the interests of the customer. Each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully applied continuous systemic improvement to resolve past performance problems will be evaluated. Under this factor, the USSS will evaluate how well an offeror has performed similar work before. The information evaluated under this factor is distinct and independent from the Technical Factor (Factor 1(A) above). The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. 3. Price: The offeror's price will be evaluated in terms of reasonableness, and price risk. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *The following DHS Provisions are applicable: 3052.204-71 Contractor Employee Access 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract *Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award 52.222-3, Convict labor 52.222-19 Child Labor - Cooperation with Authorities and emedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-8 Utilization of small business concerns ** These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-11-08 15:17:05">Nov 08, 2010 3:17 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-11-09 06:29:18">Nov 09, 2010 6:29 am Track Changes Final Date to Receive Questions is Tuesday, November 9, 2010 @ 1:00pm. All questions will be answered by COB, Wednesday, November 10, 2010. Questions and Answers will be posted on FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/193677/listing.html)
 
Place of Performance
Address: 950 H Street, NW, Washington, District of Columbia, 20678, United States
Zip Code: 20678
 
Record
SN02324832-W 20101111/101109234131-07e20e4746d2952c7c1a907c5cc6234b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.