Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
DOCUMENT

R -- Sign Language Interpreter Services - Attachment

Notice Date
9/18/2014
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V14Q1214
 
Response Due
10/3/2014
 
Archive Date
11/2/2014
 
Point of Contact
Jorge Martin
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i.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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.VA101V-14-Q-1214 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76. iv.The solicitation is set aside for small business concerns only. The applicable NAICS Code for this solicitation is 541930 and the Small Business Size limitation is $7 Million. v.The contractor shall provide all labor, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide sign language interpretation services. CLIN Base Year 0001: Provide Language Services, Quantity: 75, Unit of Issue: Hour CLIN Option Year 1001: Provide Language Services, Quantity: 75, Unit of Issue: Hour CLIN Option Year 2001: Provide Language Services, Quantity: 75, Unit of Issue: Hour CLIN Option Year 3001: Provide Language Services, Quantity: 75, Unit of Issue: Hour CLIN Option Year 4001: Provide Language Services, Quantity: 75, Unit of Issue: Hour vi.Description of Requirement This Statement of Work delineates the various tasks and activities required for language services. The contractor shall provide all labor, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide sign language interpretation services. 1.0BACKGROUND. The Department of Veterans Affairs (VA) St. Paul Regional Office (St. Paul RO) requires onsite language services on an as-needed basis for meetings, training and other events to interpret spoken English into signed English and American Sign Language (ASL) and ASL or signed English back into spoken English. There are currently three (3) hearing impaired St. Paul RO employees with sign language interpretation needs. Any new St. Paul RO employees that require sign language interpretation services will require services under this same contract. The frequency of services is estimated at a minimum of four (4) hours per month with a possible increase for non-scheduled training sessions, town hall meetings or employee one-on-ones with supervisors and/or union representatives. There could be a possibility of language services not needed for a month. No PII information will be used. This statement of work is designed to obtain the services, labor, materials, travel and equipment necessary for sign language interpretation services. The VA intends to make a single (all or none), firm?fixed?price award for 75 hours for a 12 month period with four option years. 2.0SCOPE. This Statement of Work delineates the various tasks and activities required for language services. The contractor shall provide all labor, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide sign language interpretation services. 3.0GENERAL REQUIREMENT. Non-Personal Services: The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer (CO) immediately. 4.0TASKS.The Contractor shall perform the following tasks. 4.1The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. 4.2The contractor shall provide American Sign Language Levels 4 and 5 services. 4.3The contractor shall provide language services at a minimum of two (2) hours per event. 4.4The minimum two (2) hours includes 15 minute travel time to direct interpreter to the employee's unit. 4.5The contractor shall respond to service calls during normal working hours, Monday through Friday, excluding holidays observed by the Federal Government. The contractor shall respond to verbal service calls and is expected to initiate the language services within 24 hours after notification. Contractor personnel shall report to the service requests and notify of his/her arrival at the St. Paul RO reception area, Room G200. 4.6All work is to be performed by competent personnel, experienced and qualified to provide sign language interpretation services. Contractors shall keep all VA records and related information strictly confidential. 4.7While performing onsite services, the contractor personnel shall be escorted by a VA designated employee at all times. 4.8The contractor shall be required to provide fully qualified and trained or certified service and management personnel in sufficient numbers to actively and efficiently service and support the requested sign language interpretation services during the contract period. A second interpreter shall be provided when services are known to occur over two (2) hours. Services beyond the initial two (2) hours will be charged for an additional one (1) hour service, and will require the interpreter having a 15 minute break. 5.0TASK SCHEDULE AND PERIOD OF PERFORMANCE. 5.1The base year Period of Performance will be 12 months starting with the award effective date of the contract. 5.2The four option years' period of performance are 12 months each. 5.3The contractor shall provide sign language interpretation services for two (2) monthly division meetings and training sessions that require an interpreter. Additional services outside of the monthly sessions may be requested. 5.4The contractor shall conduct onsite language services during normal business hours from 7:00 am to 4:30 pm. CST. 6.0PLACE OF PERFORMANCE. 6.1The contractor shall perform the onsite language services at the St. Paul Regional Office located at 1 Federal Drive, St. Paul, MN 55111. 7.0DELIVERABLES. 7.1The contractor shall provide an invoice in arrears that includes the following information. 7.1.1Purchase Order Number 7.1.2Company Name, Address and phone number 7.1.3Invoice Date 7.1.4Invoice Number 7.1.5Total number of language service hours provided 7.1.6Date and time language service was provided 8.0BASE CONTRACT AND OPTION YEARS. This Statement of Work (SOW) is considered a multi-year effort, valid for all Option Years unless changed through a future contract modification process. 9.0SECURITY REQUIREMENTS Upon entering VA buildings the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. 10.0GOVERNMENT FURNISHED PROPERTY OR MATERIAL (GFP/GFE/GFI): N/A 11.0WORK AND HOLIDAYS: All work is to be performed during week days from 7:00 am to 4:30 pm CST, excluding Government holidays. Our ten official holidays are New Year's Day, Martin Luther King Day, Presidents' Day, Memorial Day, 4th of July, Labor Day, Columbus Day, Veterans' Day, Thanksgiving, and Christmas. 12.0SAFETY REGULATIONS All work performed under this contract shall comply with health and safety regulations to include but not limited OSHA requirements. 13.0POINT OF CONTACT: Name: TBD Phone: TBD Email Address: TBD 14.0CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor vii.Period of Performance: The base year Period of Performance will be 12 months starting with the award effective date of the contract. The four option years' period of performance are 12 months each. FOB Destination Point: St. Paul Regional Office located at 1 Federal Drive, St. Paul, MN 55111. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.217-5 Evaluation of Options (JUL 1990) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services- Certification (NOV 2007) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) ix. Offers will be evaluated as follows: 1.Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor's offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor's overall offer will be found to be Technically Unacceptable. 2.Price: As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. "A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. "A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. "All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. 3.Technical Acceptability: The Government will evaluate quotes submitted in response to the solicitation for the technical capability to meet this requirement. Included with each Contractor's quote, the Offeror is to provide a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. 4.Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) Subcontracting Commitments - Monitoring and Compliance: This solicitation includes VAAR Clause 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (14)52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (25)52.219-28Post-Award Small Business Program Representation (Jul 2013) (28) 52.222-3 Convict Labor (June 2003) (30)52.222-21Prohibition of Segregated Facilities (FEB 1999) (31)52.222-26Equal Opportunity (MAR 2007) (33) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (42)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (46)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (52)52.232-33Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) Paragraph c clauses applicable: (6) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) xiii.N/A xiv.N/A xv.Offers are due no later than Oct 3, 2014 by 12:00 PM Central Time. Offers shall be submitted electronically to email address Jorge.Martin@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-14-Q-1214. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Jorge Martin at (314) 552-9563, or by e-mail to Jorge.Martin@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14Q1214/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-14-Q-1214 VA101V-14-Q-1214.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1640391&FileName=VA101V-14-Q-1214-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1640391&FileName=VA101V-14-Q-1214-000.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: St. Paul Regional Office;1 Federal Drive;St. Paul, MN 55111
Zip Code: 55111
 
Record
SN03519262-W 20140920/140919000654-e164b24bd1d40680286530cc0a211f6e (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.