SOLICITATION NOTICE
R -- INTERPRETER SERVICES - Attachments for Interpreter Service
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-10-Q-0061
- Point of Contact
- Laura A. Dodson, Phone: 7177705516
- E-Mail Address
-
laura.dodson@dla.mil
(laura.dodson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 4 - WAGE DETERMINATION ATTACHMENT 3 - STANDARD FORM 85P ATTACHMENT 2 - OPTIONAL FORM 306 ATTACHMENT 1 - STATEMENT OF WORK The Defense Distribution Depot San Joaquin, CA (DDJC) to include Sharpe Site, Lathrop, CA and Tracy Site, Tracy, CA, has a requirement to provide interpreter services on an as needed basis for meetings, training, and other events, to include interpreting spoken English into signed English and American Sign Language (ASL) and ASL or signed English back into spoken English. Period of performance will be July 12, 2010 through July 11, 2011, per the attached Statement of Work (SOW), attachment 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0061. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code for this service is 541930. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 May 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100608 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-25 & 26. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. REQUEST A QUOTE FOR A PERIOD OF PERFORMANCE 12 JULY 2010 TO 11 JULY 2011 FOR INTERPRETER SERVICE FOR THE DEFENSE DISTRIBUTION SAN JOAQUIN, CA (DDJC). NOTE THAT THE RESULTING CONTRACT WILL BE FIXED PRICE AND TRAVEL EXPENSES WILL NOT BE PAID. CLIN 0001 – QTY 825 (NOT TO EXCEED) EACH – ONE (1) HOUR APPOINTMENT FOR INTERPRETER SERVICES IN ACCORDANCE WITH THE ATTACHED SOW QTY 825 (NOT TO EXCEED) EACH X $________ PER ONE (1) HOUR APPOINTMENT = $__________________ CLIN 0002 – QTY 50 (NOT TO EXCEED) EACH – 30 MINUTE APPOINTMENT FOR INTERPRETER SERVICE IN ACCORDANCE WITH ATTACHED STATEMENT OF WORK (SOW). QTY 50 (NOT TO EXCEED) EACH X $_______________ PER 30 MINUTE APPOINTMENT = $_______________ TOTAL ALL CLINS - $_________________________ THE QUANTITIES ARE THE GOVERNMENT’S BEST ESTIMATE FOR THE STATED PERIOD OF PERFORMANCE AND SHALL NOT EXCEED THE ESTIMATED QUANTITIES WITHOUT PRIOR APPROVAL VIA A MODIFICATION TO THE CONTRACT FROM THE CONTRACTING OFFICER. The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No 1988-0742, Revision No 23, dated 11/13/2009 is applicable to this solicitation. ANY QUESTIONS SHOULD BE DIRECTED TO LAURA DODSON VIA EMAIL: laura.dodson@dla.mil. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. The contractor’s technical quote shall include a list of key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in California’s Directory of Qualified Interpreters. 3. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation – Commercial Items - The Government intends to evaluate quotes in response to this quotation and will award one fixed price contract to the responsible offeror whose quote represents the total overall lowest price. FAR 52-213-3 Offeror Representations and Certifications – Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items FAR 52.212-4Contract Terms and Conditions–Commercial Items (MAR 2009), Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (APR 2010) in paragraph (b) the following clauses apply: FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies (AUG 2009) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36Payment by Third Party (FEB 2010) FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) FAR 52.222-41Service Contract Act of 1965 (Nov 2007) FAR 52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage – Fringe Benefits Interpreter (Sign Language) – GS 07 - $21.55 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (APR 2010) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I (JUL 2009) DFARS 252.243-7002 Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3300-10-Q-0061. Pricing and representations/certifications are required NLT 10:00 AM EDT ON JUNE 25, 2010. This information should be submitted to above email address or faxed to 717-770-7591. No phone calls will be accepted reference this solicitation. All questions will be emailed to the contract specialist. Contractors must be capable of accepting payment by either electronic funds or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0061/listing.html)
- Record
- SN02179371-W 20100618/100616235119-a7f77b14e7d1527484cb6f19933d4898 (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 |