Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOLICITATION NOTICE

R -- EPA Region 7 Sign Language Interpreting Services - General Question Sheet

Notice Date
10/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
RFQ-PR-KS-10-00002
 
Archive Date
11/11/2009
 
Point of Contact
Tyrone Lewis, Phone: 913-551-7664
 
E-Mail Address
lewis.tyrone@epamail.epa.gov
(lewis.tyrone@epamail.epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination No. 2005-2307, Revision No. 8, Dated 05/26/2009 Customer Satisfaction Feedback Form for Interpreting Services (Evaluation Form) Performance Work Statement SF18 Form must be completed and submitted to Contracting Officer by close of business 10/27/09. General Question Sheet must be completed and returned by close of business 10/27/09. This is a combined synopsis/solicitation for commercial services 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. Solicitation number RFQ-KS-10-00002 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "small business set-aside" with a NAICS Code of 541930 (Translation and interpretation services) and a size standard in millions of dollars $6.5. The Service Contract Act (SCA) along with the prevailing wage determination applies to this solicitation. The description of the commercial service is for sign language translation services and reads as follows: CLIN 0001, sign language interpreting services for three (3) deaf employees located at the Environmental Protection Agency Region 7 Regional Office, 901 N 5th St., Kansas City, KS 66101. The Contractor shall provide sign language interpretive support services as specified in the Performance Work Statement. Contractor shall not exceed 2,200 hours during the one (1) year base period. Period of performance: 10/31/09- 10/30/10. CLIN 0002, Option to extend sign language interpreting services. The Government has the option to increase the sign language interpreting services for up to one (1) additional year. If more than 30 days remain in the contract period of performance, the Government, without prior written notification, may exercise this option by issuing a contract modification. To exercise this option within the last thirty (30) days of the period of performance, the Government must provide to the Contractor written notification prior to that last sixty (60) day period. This preliminary notification does not commit the Government to exercising the option. Quoter shall submit a unit price quote for completing up to one (1) additional year of sign language interpreting services. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). REQUIRED SUBMITTALS: OFFERORS SHALL COMPLETE AND SUBMIT 1) THEIR QUOTATION USING THE ATTACHED SF18, AND 2) THE GENERAL QUESTIONS SHEET. BOTH DOCUMENTS MUST BE RETURNED TO THE CONTRACTING OFFICER NO LATER THAN CLOSE OF BUSINESS OCTOBER 27, 2009. PAST PERFORMANCE: OFFEROR SHALL INCLUDE AT LEAST (3) REFERENCES OF CONTRACTS AND/OR SUBCONTRACTS ENTERED INTO WITH EITHER FEDERAL, STATE AND LOCAL GOVERNMENTS, AND/OR COMMERCIAL BUSINESSES, WHICH ARE OF SIMILAR SCOPE AND NATURE AND WERE PERFORMED WITHIN THE LAST 5 YEARS. OFFEROR SHALL PROVIDE: 1) NAME OF THE CONTRACTING ACTIVITY, 2) CONTRACT NUMBER, 3) CONTRACT TITLE, 4) CONTRACT TYPE, 5) BRIEF DESCRIPTION OF THE CONTRACT WITH RELEVANCE TO THIS REQUIREMENT, 6) TOTAL CONTRACT VALUE, 7) PERIOD OF PERFORMANCE, 8) POINT OF CONTACT NAME WITH CONTACT INFORMATION. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be emailed, mailed or faxed and are due no later than close of business October 27, 2009 along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. e-mail: lewis.tyrone@epa.gov Phone :(913) 551-7664 fax: (913) 551-9664 The projected period of performance is October 31, 2009 through October 30, 2010. The projected option year period of performance is October 31, 2010 through October 30, 2011. The selection resulting form this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum contractor qualifications listed in the Performance Work Statement. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum Contractor qualifications. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.217-9, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-PR-KS-10-00002/listing.html)
 
Place of Performance
Address: U.S. Environmental Protection Agency, Region 7, 901 N. 5th Street, Kansas City, Kansas, 66101, United States
Zip Code: 66101
 
Record
SN01982409-W 20091010/091008234942-2ba9faa2c542cff38c36a19680a40b94 (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.