SOLICITATION NOTICE
R -- 608 Sign Language Interpreter Services
- Notice Date
- 5/1/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017406Q0068
- Response Due
- 5/15/2006
- Archive Date
- 6/14/2006
- Description
- This is a combined synopsis solicitation for commercial service 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. This acquisition is 100% set aside for small business. This requests for proposal (RFP) N00174-06-Q-0068 the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 541930 Size standard $6.5M. The offeror shall provide a firm fixed price offer for each clin listed below and include pricing for an additional FOUR (4) OPTION YEARS. NSWC Indian Head requires an Interpreting Services on weekly basis as well as for special meetings. The suggested schedule is as follows: CLIN 0001 contractor will provide sign! language interpreting services for Accountant (2 hours per session from 8:00 am until 10:00 a.m.) every Monday during a one year period. CLIN 0002 ? contractor will provide sign language interpreting services for Chemist (2 hours per session from 8:30 a.m. until 10:30 a.m.) every Tuesday during a one-year period. CLIN 0003 contractor will provide sign language interpreting services for Mechanic (4 hours per session from 8:00 a.m. until Noon) every Wednesday during a one-year period. CLIN 0004 contractor will provide sign language interpreting services for Engineer (3.5 hour per session from 8:00 a.m. until 11:30 a.m.) every Thursday during a one-year period. CLIN 0005 contractor will provide sign language interpreting services for six (6) two hour special meetings per year. There shall be no interpreting service during Federal Government holidays and NSWC Indian Head closure due to inclement weather. The inclement weather is based on Indian Head NSWC, not based on! the Federal Government in Washington D.C. The following provisions a pply: 52.212-1, Instructions to Offeror's-Commercial 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Contractor shall submit written certification that addresses all factors: Factor 1-Key Personnel: Interpreter ? Proposed Interpreter(s) shall have a least three years of interpreting experience with the Navy. Interpreters are to be currently qualified to have effectual communications with the deaf community and hold various applicable state and local certifications and are presently in the recertification process under the new RID/NAD guidelines. Offeror?s shall provide a resume highlighting the proposed interpreter(s) experience, education and training history. Factor 2 - Past Performance: Offerors shall provide three references for performance with name, telephone, fax and e-mail address. Other sources for past performance information shall be used as available. Factor 3 - Price. Offerors shall provide pricing for CLINS 0001, 0002, 0003 and 0004 listed above to include all charges to destination Indian Head, Md. and separate pricing for each of FOUR OPTION YEAR PERIODS. The government will make a best value determination based on the above factors. To be considered for award all offerors must propose on each item and provide sufficient information for evaluation. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). Responses must be received no later than 3:00 p.m. EST on 15 May 2006.! Provide responses to Georgia Warder, Code 1143A, building 1558, and NSWC Indian Head, MD 20640-5035. (301) 744-6679 or georgia.warder@navy.mil.
- Web Link
-
www.ih.navy.mil
(http://ih.navy.mil)
- Record
- SN01038583-W 20060503/060501220804 (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 |