MODIFICATION
R -- Interpreter Services DFAS-Cleveland
- Notice Date
- 2/24/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ0423-11-T-0006
- Archive Date
- 4/29/2011
- Point of Contact
- Carrie Fairbanks, Phone: 6146931912
- E-Mail Address
-
carrie.fairbanks@dfas.mil
(carrie.fairbanks@dfas.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- INTERPRETING SERVICES DFAS-CLEVELAND REQUEST FOR QUOTES (RFQ) NO: HQ0423-11-T-0006 This is a combined synopsis/solicitation (RFQ) for the purchase of obtaining interpreter services for the deaf and hard of hearing employees on an as needed basis at Defense Finance and Accounting Service (DFAS) in Cleveland, OH in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This will be a Labor Hour Contract type. NAICS code for this announcement is 541930 with small business size standard $7.0 million. SOLICITATION CLOSING DATE: All quotes must be received by COB March 3, 2011. Preferred delivery method for submission of your quote is via email: carrie.fairbanks@dfas.mil. Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following: •Unit price per hour (per interpreter) based on estimated 300 hours per year for the base year and two (2) option years. •Day Rate (Optional) for assignments scheduled for 6 - 8 hours (not including lunch breaks) for the base year and two (2) option years. •Cancellation Fee for notification provided less than 1 business day •Contact Name, Phone Number and Email Address •Company CCR Cage Code or DUNS Number •Tax Identification Number IMPORTANT REMINDER: Prior to submission of quote, please verify your CCR: https://www.bpn.gov/ccr/default.aspx and ORCA: http://orca.bpn.gov/ registrations are current and active. DESCRIPTION: Defense Finance and Accounting Service (DFAS) requires interpreter services on an as needed basis as described in the Performance Work Statement (attached separately). DESCRIPTION: See attached Performance Work Statement. Item 001: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 300 hours provided on an as-needed basis during the base year period of performance. Unit price shall be provided for services provided per hour per interpreter. Item 002: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 300 hours provided on an as-needed basis during Option Year 1 period of performance. Unit price shall be provided for services provided per hour per interpreter. Item 003: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 300 hours provided on an as-needed basis during Option Year 2 period of performance. Unit price shall be provided for services provided per hour per interpreter. Place of Performance, inspection and acceptance will be on-site at Defense Finance and Accounting Service (DFAS)-Cleveland, 1240 East Ninth Street, Cleveland, OH 44199. Period of Performance: One year from date of award (Anticipated 2 MAR 2011 – 1 MAR 2012) with Two (2) Option Year Periods. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The Government intends to include the following FAR, DFAR and DFAS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses may be accessed in full text under attachment titled DFAS Clauses. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.212-1 Instruction to Offerors – Commercial (JUN 2008) FAR 52.212-3 Offeror Representation and Certifications – Commercial Items (OCT 2010) Alternate I (APR 2002) Excerpt (Note: This clause has been included in the document titled DFAS Clauses) FAR 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Order Commercial Items (APR 2010) Deviation FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) (Note: This clause has been included in the document titled DFAS Clauses) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (Note: This clause has been included in the document titled DFAS Clauses) FAR 52.219-28 Post-award Small Business Program Rerepresentation (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003_ 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 (OCT 2010) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007): 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 2005-2415, Revision No 9, dated 9/29/10 is applicable to this solicitation and may be viewed at www.wdol.gov/. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.232-7 -- Payments Under Time-and-Materials and Labor-Hour Contracts (FEB 2007) FAR 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFAR 252.201-7000 Contracting Officer’s Representative (DEC 1991) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFAR 252.204-7003 Control of Government Personnel Work Product. Alternate A (SEP 2007) DFAR 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items ( DEC 2010) Deviation DFAR 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) DFAS 52.223-9000 Environmentally Preferable Products (OCT 2007) DFAS 252.232-9000 Wide Area Work Flow (WAWF) Instructions (JAN 2010) DFAS DCG 204.2 Replacement of Paper Document Distribution Electronic Document Access (EDA). BASIS FOR AWARD: The Government will award a contract resulting from this announcement to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: price and past performance. The following should be addressed in your quote: PAST PERFORMANCE: The provided information should clearly demonstrate or identify the following: relevant past performance within the last two (2) years and the contractor’s ability to provide certified interpreters. (Services provided at similar Government facilities are preferred.) Please include applicable point of contact information such as name, phone number and email address for relevant past performance. PRICE: The provided information should clearly identify the unit price per hour per interpreter, day rate and cancellation fees for any assignment cancelled less than 1 business day before the scheduled start of the assignment for the base and 2 option years. An optional table has been included as an attachment titled Schedule of Items Table DFAS-CL to assist with submission of pricing for your convenience. If not using the optional table, prices are to be submitted in a similar format. Note: Evaluation will be based on totals derived from hourly rates only. Day Rates and Cancellation Fees will not be evaluated. Option(s) will be evaluated at time of award. (Ref FAR 52.217-5) INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAS Clause 252.232-9000. PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-11-T-0006/listing.html)
- Place of Performance
- Address: DFAS-Cleveland, 1240 East Ninth Street, Cleveland, Ohio, 44199, United States
- Zip Code: 44199
- Zip Code: 44199
- Record
- SN02387255-W 20110226/110224234802-b3145cc7900a6a1c320e72d3e0a3249c (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 |