Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
MODIFICATION

70 -- Language Support Services

Notice Date
6/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0191
 
Archive Date
8/4/2011
 
Point of Contact
JoAnn Stewart, Phone: 7038756646, Reaver L. Clements, Phone: 7038755077
 
E-Mail Address
stewartj@state.gov, clementsrl@state.gov
(stewartj@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is made in accordance with FAR Part 5.203 and will account for the 15 day pre-solicitation issuance requirement. The anticipated release date for the solicitation is June 9, 2011. This is a 100% Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. Any award resulting from this solicitation will be made to a small business concern. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7 million. The Department of State will establish multiple award Blanket Purchase Agreements (BPA) for assistive devices, Interpreter services, support personnel, information and technology for workplace adjustment and accessibility. The Government will issue Firm Fixed Price (FFP) Delivery Orders for specific services approved by the Contracting Officer. The anticipated period of performance is one (1) base year and four (4) one-year options. The contract will be awarded utilizing the best value trade-off source selection methodology. The Department of State Language Services for the Office of Employee Relations, Work Life Program (ER/DRAD) is responsible for providing technical and program support to disabled employees of the Department of State. ER/DRAD is responsible for securing assistive devices, Interpreter services, CART services, support personnel, information and technology for workplace adjustment and accessibility. In support of the Department's human capital management requirements, ER/DRAD is also responsible for providing support to Deaf and Hard-of-Hearing employees by scheduling sign language Interpreter services for all levels of communication related to the workplace and special needs to accomplish task requirements. Currently, the Office of Employee Relations supports 18 Deaf employees nationwide and one Foreign Service National (when in CONUS for training), one Foreign Service Specialist. The Sign Language Interpreter services are provided on an as-needed basis. The sign language services will be in accordance with professional and ethical tenets identified in the RID Code of Professional Conduct and will apply to all services rendered. Interpreters are required to possess a superior level of fluency of American Sign Language along with professional knowledge of the skills necessary for Transliteration and Interpretation. Interpreters must possess current certification at one or more of the following levels: State Quality Assurance Certificate, NAD level 3 or above, RID Certificate of Interpretation (CI) and/or RID Certificate of Transliteration (CT), and/or a National Interpreter Certificate (NIC)-NIC, NIC Advanced or NIC Masters level Interpreter certificate. The contractor will provide CART services on an as needed basis. CART personnel must possess a national certification or a minimum of five years directly related experience. The Contractor is responsible for ensuring that their CART personnel acquire and maintain the equipment necessary for Real-time captioning including laptop for one-on-one viewing access and remote CART access. The Contractor shall provide interpreter and CART services for DOS employees at Department of State, and Department of State annexes within Washington D.C. and the Metropolitan Area. The Contractor shall provide interpreter and CART services for DOS employees at Department of State, domestic field offices. The Contractor shall provide interpreter services for DOS employees scheduled to travel to Overseas Post. The contractor shall have the ability to provide video relay services and other new technologies. All announcements and amendments made to the solicitation will be posted on FedBizOpps. To receive updates, click on "Register to Receive Notification. This pre-solicitation announcement is for notification purpose only. Do not submit any information in response. All questions must be submitted in writing. The Department of State will accept questions by e-mail at stewartj@state.gov. Written questions relating to this RFP will be accepted through 11:00 A.M. Eastern time (in effect when questions are due) on June 16, 2011. No questions received after that date will be answered unless the Government determines the answer to the question imparts information material to Offerors' ability to respond to the RFP. Government Responses to questions will be made available to all Offerors. The Department of State does not plan to hold a pre-proposal conference for prospective offerors. If after review of questions submitted by offerors, the Department of State believes a pre-proposal conference is necessary, one will be scheduled and all prospective offerors will be advised. All prospective contractors must be registered in the Central Contractors Registry (CCR) in order to be eligible for award. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-06-09 09:06:13">Jun 09, 2011 9:06 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-06-23 11:10:46">Jun 23, 2011 11:10 am Track Changes CHANGES NOTES: DATE FOR SUBMISSION OF QUESTION HAS BEEN CHANGED FROM JUNE 8, 2011 TO JUNE 16, 2011. THE TIME FOR SUBMISSION HAS NOT CHANGED. THE DATE FOR THE SUBMISSION OF PROPOSALS HAS BEEN EXTENDED TO JULY 20, 2011. THE TIME FOR SUBMISSION HAS NOT CHANGED. CORRECTION: SECONDARY CONTACT INFORMATION PERSON'S NAME IS: REAVER L. CLEMENTS NOT REAVER T. CLEMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0191/listing.html)
 
Place of Performance
Address: Washington, D.C. Metropolitan Area, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02481008-W 20110625/110623235516-5362f131e7ef6fd9c2d3eb35d4ebb87f (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.