Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
SOLICITATION NOTICE

R -- ASL Interpreter Services for Dive Trip

Notice Date
3/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80244
 
Response Due
3/30/2012
 
Archive Date
3/26/2013
 
Point of Contact
Beverly Parker Contract Specialist 3034452107 bparker@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for 2 each certified American Sign Language (ASL) Interpreters 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. (ii) The solicitation number is R12PS80224 and the solicitation is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. (iv) The set-aside is Total Small Business, the associated NAICS code is 541930, and the small business size standard is $7 million. (v) The following is a list of contract line item numbers (CLINs) and items, quantities and units of measure.(CLIN 0001) Two (2) each RID National Certified ASL Interpreters for 54.75 hours. (CLIN 0002) Travel to/from Hoodsport, Washington (vi) The description of requirements for the items to be acquired is two (2) each ASL Interpreters and associated travel to Hoodsport, Washington, described in (v). (vii) The following are the date and place of delivery and acceptance and FOB point.(0001) The period of performance is April 29 thru May 4, 2012. (0002) The place of delivery, acceptance, and FOB point is the Yellow House, 23891 North US Highway 101, Hoodsport, Washington 98548. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The offerors' following criteria will be evaluated in this order: (i) technical capability of the service offered to meet the Government's requirement; (ii) price; and (iii) past performance. (x) If the offeror has completed the annual representations and certificates electronically at https//orca.bpn.gov, the offeror shall complete only paragraph (b) of 52.212-3, Offeror Representations and Certifications -- Commercial Items. If an offeror has not completed the annual representations and certifications electronically at https://orca.bpn.gov, the offeror shall complete paragraphs (c) through (o) of 52.212-3, Offeror Representations and Certifications -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause applicable to the acquisition are (b), 12, 23, 26, 27, 28, 29, 38, 42, and 47. (xiv) Please submit your offers electronically to bparker@usbr.gov no later than 3:00PM MST Friday, March 30, 2012. (xv) Please contact Beverly Parker at (303) 445-2107 or bparker@usbr.gov for information regarding the solicitation. STATEMENT OF WORK (SOW)American Sign Language Interpreting ServicePN Regional Dive Team TrainingApril 30 - May 4, 2012Hoodsport, Washington 1.0 INTRODUCTION: 1.1 Bureau of Reclamation (Reclamation): Reclamation is a water management agency with 600 dams in the 17 western states. We are known best for construction of dams, power plants, and canals, including Hoover Dam on the Colorado River, Grand Coulee Dam on the Columbia River, and Folsom Dam on the American River. Reclamation is the largest wholesaler of water in the country and second largest producer of hydroelectric power in the western US. Reclamation is organized into five regions (Mid-Pacific [MP], Great Plains [GP], Lower Colorado [LC], Upper Colorado [UC], and Pacific Northwest [PN]). For further information about Reclamation, please see www.usbr.gov. 1.2 Office Name/Designation: Technical Service Center (TSC). The mission/vision of the TSC is to be Reclamation's preferred provider of science and engineering services. The TSC is a world-class engineering, science, research, and support center for projects related to water resources. The TSC provide specialized expertise to Reclamation's programs, regions, and area offices, to other Federal agencies, and to international customers. For further information about the TSC, please see www.usbr.gov/pmts/tech_services/. 2.0 SCOPE: The Bureau of Reclamation (Reclamation) has a requirement for sign language interpretation services to be performed in Hoodsport, WA and Hood Canal, WA during April 30, 2012 through May 4, 2012. The Federal employee is attending a week long training course which is required of all members of the Bureau of Reclamation Underwater Investigation Team (scuba diving team). Approximately 55 hours of classroom sessions, water exercises, and meal breaks are anticipated (see tentative Diving Training Schedule below). The Federal employee is deaf and the training instructors require sign language interpretation services to communicate with the Federal employee. The interpreter must hold certification through the Registry of Interpreters for the Deaf, as listed below in Section 3.0. The headquarter and classroom location for the training is at the following address: Yellow House, 23891 HWY 101 N Hoodsport, WA 98548 For website, which include driving directions from Olympia, WA: http://www.etds.org/index.php?option=com_content&view=article&id=92&Itemid=122 The trainers and training are contracted and provided through Edmonds Technical Diving Services: http://www.etds.org/ Underwater scuba diving exercises are scheduled to be held in Hood Canal at several nearby locations, depending on the nature of the exercises, with the majority of the exercises taking place across the street from the headquarter. The interpreter shall provide his/her own means of land transportation and must be prepared for all possible weather conditions. The deaf Federal Employee is scheduled to attend all training sessions. The interpreter provider agency will be notified immediately of any changes made to the schedule. The interpreter shall be available and present for the duration of the training. As mentioned above, there are some water exercises on shore and on boat. The interpreter will not be expected to go into the water while scuba diving is taking place, but the interpreter shall be available to interpret at the locations mentioned above. 3.0 PERSONNEL QUALIFICATIONS: The interpreter must be certified by the Registry of Interpreters for the Deaf (RID, www.rid.org). The interpreter must currently hold one of the following national certificates: CSC, MCSC, CI, IC, NAD IV, NAD V, NIC, NIC Advanced, or NIC Master. 4.0 GOVERNMENT-FURNISHED EQUIPMENT (GFE) AND MATERIALS: 4.1 GFE: NA. 4.2 Government Furnished Materials: NA. 5.0 REGULATIONS/POLICIES: All interpreters and the interpeter service provider agency must adhere to the NAD-RID Code of Professional Conduct (formerly known as Code of Ethics). This is available on http://rid.org/UserFiles/File/pdfs/codeofethics.pdf. 6.0 TRAVEL: If travel costs are involved, the contractor shall use the appropriate government rates as posted on www.gsa.gov. All details (mileage, mileage rate, hotel accomodation, per diems, etc.) about any travel must be included in the quote. If travel is to be on a reimbursable basis and is not predictable, then add this sentence: "Travel expenses shall be approved in advance by the CO. See attached request form." If travel is a definite number of trips to a definite location, consider a firm fixed price scenario. 7.0 GOVERNMENT VEHICLES: Contract employees will not utilize any Government vehicle (cars, trucks, heavy equipment, etc.). This includes Government-procured rental vehicles. The Contractor shall use or rent their own vehicles whenever possible and practical. Government vehicles are for official use only. 8.0 SECURITY: 8.1 The Project Manager or Contracting Officer's Technical Representative (COTR) listed in paragraph 13.0 will assist with the Contractor's entry into secure areas and inform the Contractor of security procedures. The Contractor shall comply with all security procedures. 8.2 Reclamation has identified specific security sensitivity designations for information related to Reclamation facilities. NO RECLAMATION FACILITIES WILL BE VISITED ON THIS CONTRACT. 8.3 All contractor produced and Government furnished information related to this contract is designated Public Information (Non Official-Use-Only), except for the Government furnished work products which are designated Official Use Only - SENSITIVE (FOUO/SENSITIVE). 8.4 The Contractor shall be required to supply Reclamation with the legal names and other personal information of employees who will be working under this contract. 8.5 Reclamation reserves the right to perform security checks on Contractor employees. 9.0 TRAINING: The Contractor is responsible for all training for its employees except when training can only be provided by Reclamation. Requests for training by exception must be provided to and approved by the CO prior to the Government conducting training. The Contractor shall sign a Hold Harmless Release for any training provided by the Government. See attached. 10.0 DELIVERABLES: 10.1 Title of Deliverable: American Sign Language (ASL) Interpreting Service. 10.2 Title of Deliverable: The deliverable shall be sign language interpreting service where professional sign language interpreters are utilized to translate English to ASL for effective communication between deaf and hearing consumers, as required by the Americans with Disability Act and the Rehabilitation Act of 1973. Due to the length of the service required (54.75 hours, not including travel time), a team of two interpreters is used. The schedule when interpreters are required to be on-hand is provided in the Table below. 10.3 Deliverable Table: DATE TIME ACTIVITY # Hrs4/29 Arrive Hoodsport, WA 04/30 8:00 9:00 Introduction, Orientation, Task Assignments 1.09:00 10:00 OTS Com Mask Briefing 1.010:00 10:30 Safety Briefing 0.510:30 10:45 Transit to Canal (Group A & B) 0.2510:45 12:00 800 Meter Swim (Both Groups) 1.2512:00 13:00 Lunch13:00 15:00 OTS Com Mask Orientation and Tryout 2.015:00 17:30 Orientation & Navigation Dive 2.517:30 18:00 Transit to Classroom 0.518:00 18:30 Daily Debrief, Schedule, Discussions, Dive Logs 0.518:30 19:30 Dinner19:30 20:30 Dive Equipment Rigging (BC, Regulators, etc.) 1.05/1 8:00 9:00 Dive Accident Management/Rescue Operations Overview & Briefing 1.09:00 9:30 CPR 0.59:30 10:30 Diver First Aid 1.010:30 12:00 Navigation, Light Salvage & Rigging (Knots) 1.512:00 13:00 Lunch13:00 13:30 Transit to Dive Site 0.513:30 13:45 Dive Briefing 0.2513:45 17:30 Rescue Operations (Surface & Subsurface) 3.7517:30 18:00 Transit to Classroom 0.518:00 18:30 Daily Debrief, Schedule, & Dive Logs 0.518:30 19:30 Dinner19:30 21:30 Night Dive 2.05/2 8:00 9:00 Patient Packaging 1.09:00 10:30 Emergency Oxygen Procedures 1.510:30 12:00 Camera Workshop (Digital & 35mm Format) 1.512:00 13:00 Lunch13:00 15:00 Dry Suit Care & Repair 2.015:00 15:15 Transit to Dive Site 0.2515:15 15:30 Dive Briefing 0.2515:30 16:30 Navigation and Light Salvage Dive 1.015:301 6:30 Photo Dive16:30 17:30 Navigation and Light Salvage Dive 1.016:30 17:30 Photo Dive17:30 18:00 Transit to Classroom 0.518:00 18:30 Daily Debrief, Schedules, & Dive Logs 0.518:30 19:30 Dinner19:30 20:00 Night Dive Briefing 0.520:00 22:00 Night Dive Photo Dive 2.05/3 8:00 12:00 Surface Supplied Air Operations 4.012:00 13:00 Lunch13:00 13:30 Transit to Dive Site 0.513:30 13:45 Dive Briefing 0.2513:45 16:15 SSA Dive 1 (Project) 2.513:45 16:15 Photo Dive 16:15 18:45 SSA Dive 2 (Project) 2.516:15 18:45 Photo Dive 18:45 19:15 Transit to Classroom 0.519:15 19:45 Daily Debrief, Schedule, & Dive Logs 0.519:45 Dinner/Free Time5/4 8:00 9:00 Review Photos 1.09:00 10:00 Data Collection, Report Writing Techniques, etc 1.010:00 12:00 Quagga/Zebra Mussels Overview 2.012:00 13:00 Lunch (Group Photo)13:00 13:30 Transit to Dive Site 0.513:30 13:45 Dive Briefing 0.2513:45 15:00 Advanced Proficiency Boat Dive 1.2515:00 17:00 Pull Boats/Prep gear for travel 2.017:00 19:00 Barbeque, Course Review, Awards, Conclusions 2.05/5 8:00 Depart Hoodsport, WA 0 Total Hours: 54.75 11.0 QUALITY: 11.1Contractor's Performance Assessment Report System (CPARS): For requirements over the threshold ($100,000 for services and $30,000 for A&E), a CPARS report will be created. This report will be completed by the COTR at the end of the performance period. For more information, go to www.cpars.csd.disa.mil/cparsmain.htm. 11.2Measuring Quality: Quality shall be measured based on the following: The performance objectives must be measurable and must relate to a paragraph in this PWS/SOW. These 2 or 3 objectives provide a quick look at the performance of the contractor. They do not limit the requirement to adhere to the entire scope of the SOW/PWS. PARA PERFORMANCE OBJECTIVE PERFORMANCE GOAL3.0 RID National Certification See 3.0 for certifications10.3 Completion of Hours (54.75 hours) See 10.3 for hours10.3 Adherance to Schedule See 10.3 for schedule 12.0Identification of Contractor Employees: All contract personnel are required to identify themselves as contractors. Whether attending meetings, answering Government telephones, or working in other situations where their contractor status is not obvious to third parties, they must make their status known to avoid creating an impression that they are Government employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57f8683f7b8a74551ae6e5fe250e1cf9)
 
Place of Performance
Address: In and around Yellow House23891 North US Highway 101Hoodsport, Washington
Zip Code: 985489607
 
Record
SN02705906-W 20120328/120326235202-57f8683f7b8a74551ae6e5fe250e1cf9 (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.