Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
DOCUMENT

R -- SIGN LANGUAGE INTERPRETATION SERVICES - Attachment

Notice Date
1/13/2012
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24812Q0673
 
Response Due
1/20/2012
 
Archive Date
3/20/2012
 
Point of Contact
LISA JOHN
 
Small Business Set-Aside
N/A
 
Description
This is not a Presolicitation or Solicitation announcement. This is a SOURCES SOUGHT ONLY. The purposes of this sources sought notice is to gain market knowledge of potential small business sources and their size classification; HUBzone, 8(a), Small disadvantage Business, Woman Owned business, Veteran owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 541930, with a small business size standard not to exceed $7.0M. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential SOURCES ONLY. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation or combination of both announcements may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 541930? 2) Does your firm qualify as a small disadvantage business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of Small Business Act or self certified? 4) Are you certified HubZone firm? 5) Are you certified Service-Disabled Veteran Owned or Veteran Owned business? 6) Are you woman-owned? 7) Is your business a large business? Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft SOW below. Index your firm's capabilities to the tasks in the draft SOW so that your firm's capabilities can be readily assessed. This is not a request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than January 20, 2012 to: Lisa.John@va.gov Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW A. GENERAL GUIDANCE 1. Project Title: Statement of Work for American Sign Language (ASL) Translation Service 2. Scope of Work: The purpose of this order is to provide the necessary level of professional certified language translation services in American Sign Language available 14 days a year for approximately 1-2 hours each day, for employees, veterans and family members who have hearing impairments at Department of Veterans Affairs, Orlando VA Medical Center. The Contractor shall provide those services to perform the work delineated herein and in the basic contract. a.Language Translation Services Requested: American Sign Language b.Language Translation Methodology - On-site translator c.Availability - 14 Days per year / 1-2 hours per day 3. Background: Employees Americans with Disabilities Act Title I: Employment Title I requires employers with 15 or more employees to provide qualified individuals with disabilities an equal opportunity to benefit from the full range of employment-related opportunities available to others. For example, it prohibits discrimination in recruitment, hiring, promotions, training, pay, social activities, and other privileges of employment. _It restricts questions that can be asked about an applicant's disability before a job offer is made, and it requires that employers make reasonable accommodation to the known physical or mental limitations of otherwise qualified individuals with disabilities, unless it results in undue hardship. Section 504 Each Federal agency has its own set of section 504 regulations that apply to its own programs. Agencies that provide Federal financial assistance also have section 504 regulations covering entities that receive Federal aid. Requirements common to these regulations include reasonable accommodation for employees with disabilities; program accessibility; effective communication with people who have hearing or vision disabilities; and accessible new construction and alterations. Each agency is responsible for enforcing its own regulations. 4.Background: According to the Americans with Disabilities Act: "Employers are required to provide adjustments or modifications that enable qualified people with disabilities to enjoy equal employment opportunities unless doing so would result in undue hardship (i.e., significant difficulty or expense). VHA, Workforce Management and Consulting (10A2) Memorandum dated April 19, 2010, Limited English Proficiency - VHA Directive 2007-009, and the Joint Commission - One Size Does Not Fit All: Meeting the Needs of Diverse Poplulations in Healthcare; requires all Medical Centers to provide bias-free healthcare to Veterans and family members We currently only have 2 employees requiring service, but anticipate that number will grow as we open the new hospital. Patients and family members need translation services sporadically. 5.Performance Period: TO BE DETERMINED (12 months), with an option to extend the performance period FOR 5 years. The Contractor shall not begin performance without first receiving authorization and/or Notice to Proceed from the Contracting Officer. During the performance period of this order, the Contractor is reminded that the Contracting Officer has the sole authority to authorize changes that affect this order. 6.Type of Contract: Indefinite Delivery & Indefinite Quanity The Contractor shall commence work only when the Contracting Officer has conducted a meeting to discuss various aspects of work details so there is a consistent understanding among all parties. B.SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Contract employee performing service under this order will be controlled, directed and supervised at all times by management personnel of the Contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without supervision of, any government official. The tasks, duties and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal Policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Part 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. E.EVALUATED OPTIONAL FEATURES None. F.SCHEDULE FOR DELIVERABLES The schedule for deliverables for American Sign Language translation services establishes 24 hour advance notification for regularly scheduled events, availability for 365 days a year, 24-7, as required. G.CHANGES TO THE STATEMENT OF WORK During the performance period of this order, the Contractor is reminded that the Contracting Officer has the sole authority to authorize changes that affect this order. H.REPORTING REQUIREMENTS Quarterly sign language translation services utilization reports will be provided by the contractor. I.TRAVEL No travel or other indirect costs are anticipated. J.GOVERNMENT RESPONSIBILITIES None. K.CONTRACTOR EXPERIENCE REQUIREMENTS The Contractor shall maintain the administrative control necessary to ensure that the work delivered meets the contract specification requirements. The work history of each Contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of this contract, to request work histories on any Contractor employee for the purposes of verifying compliance with the above requirement; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in the performance of work shall be fully capable of performing the contemplated functions of the respective labor categories in an efficient, reliable and professional manner. The services to be performed by the Contractor shall be performed in accordance with VA policies and procedures, H1PPA Privacy regulations, and other regulations of the medical staff by-laws of the VA facility. PERSONNEL POLICY: N/A Contracting Office Address: Orlando VAMC 5201 Raymond Street Orlando Fl, 32803-8208 ATTN: Contracting Lakemont Room 101 United States Place of Performance: Orlando VAMC Orlando, FL 32803 United States Primary Point of Contact.: Lisa John Contract Specialist Lisa.John@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812Q0673/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-Q-0673 VA248-12-Q-0673.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288183&FileName=VA248-12-Q-0673-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288183&FileName=VA248-12-Q-0673-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: ORLANDO VAMC;5201 RAYMOND AVE;ORLANDO, FL
Zip Code: 32803
 
Record
SN02654328-W 20120115/120113234127-84bd90c2119ae8cb2147e990cb050c22 (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.