SOLICITATION NOTICE
R -- INTERPRETER SERVICE - ATTACHMENTS
- Notice Date
- 5/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0073
- Point of Contact
- Michael Hayes Minto, Phone: 7177706145
- E-Mail Address
-
michael.minto@dla.mil
(michael.minto@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT 4 - WAGE DETERMINATION ATTACHMENT 3 - ALS EVALUATION ATTACHMENT 2 - SERVICE SLIP ATTACHMENT 1 - STATMENT OF WORK RFQ This is a combined synopsis/solicitation for commercial items and 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0073. This solicitation is issued as 100 percent set aside for small business interests. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 MAY 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120420 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-32. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. PERIOD OF PERFORMANCE AND LINE ITEMS DESCRIPTION OF ITEMS: The Defense Distribution Center San Joaquin, California (DDJC) to include Sharpe Site, Lathrop, CA and Tracy Site, Tracy CA, has a requirement for a fixed price contract to provide sign language 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. This requirement is for a twelve (12) month period of performance from August 12, 2012 through August 11, 2013, per the attached Statement of Work (SOW). Travel expenses will not be paid separately. The North American Industry Classification System (NAICS) code for this service is 541930. Travel / Per Diem will not be reimbursed. LINE ITEM: CLIN - 0001 - QTY 600 (NOT TO EXCEED) EACH - ONE (1) HOUR APPOINTMENT FOR INTERPRETER SERVICES IN ACCORDANCE WITH THE ATTACHED SOW. QTY 600 (NOT TO EXCEED) X $______________ PER ONE (1) HOUR APPOINTMENT = $__________________ CLIN - 0002 - QTY 50 (NOT TO EXCEED) EACH - THIRTY (30) MINUTE APPOINTMENT FOR INTERPRETER SERVICES IN ACCORDANCE WITH THE ATTACHED SOW. NOTE: THIS CHARGE IS ALSO TO BE USED IN CONJUNCTION WITH AN ESTABLISHED ONE (1) HOUR APPOINTMENT WHEN SAID APPOINTMENT RUNS OVER. THES TYPO OVERAGES WILL BE CHARGED AT THE THIRTY MINUTE RATE. QTY 50 (NOT TO EXCEED) X $______________ PER THIRTY (30) MINUTE APPOINTMENT = $__________________ TOTAL FOR ALL CLINS $_________________________ (NTE) Contractors must be able to accept the Government Credit Card for payment. COMPANY NAME: _________________________________ CAGE CODE: _________________________________ POC NAME: _________________________________ POC PHONE: _________________________________ Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. A street address and Government POC will be provided at time of award. 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. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012), Addenda to 52.212-4; the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 (NOV 2007). FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006). FAR 52.252-2 CLAUSE INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) FAR 52.222-42 Statement 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 (END OF CLAUSE) ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION (FEB 2007) Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD (JUN 2007) This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". SUBMISSION OF SERVICE/DELIVERY SLIPS (MAR 2007) Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB 2007) Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2012) IN PARAGRAPH (B) THE FOLLOWING CLAUSES APPLY: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (FEB 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-28 Post Award Small Business Program Representation (APR 2012). FAR 52.222-3 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) 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 (FEB 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.232-36 PAYMENT BY THIRD PARTY (FEB 2010) FAR 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS. (APR 2012) THE FOLLOWING ADDITIONAL CLAUSES/PROVISIONS APPLY: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.225-7036 BUY AMERICAN ACT-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM I (OCT 2011) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) The FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil Attachment 1 - Statement of Work Attachment 2 - Service Confirmation Form Attachment 3 - Proficiency Standards. Attachment 4 - Wage Determination 05-2067 (Rev - 11) Dated 06/22/2010 SOLICITATION PROVISIONS FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) 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) (NOV 2011) (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) Price Quote (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) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Certification from National Association of the Deaf and validation of level of proficiency of interpreters must be presented with Quotes. 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, June 15th, 2012: Email to: Michael.Minto@dla.mil ; Fax to: 717-770-7591 Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. PLEASE NOTE: ALTHOUGH NOT REQUIRED, EMAIL IS THE PERFERRED METHOD FOR SUBMISSION OF QUOTES. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.bpn.gov. FAR 13-106-2 Evaluation of Quotations - Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award one fixed priced contract to the technically acceptable offeror whose quote represents the total overall lowest price for all CLINs. In order to be determined technically acceptable the offeror must submit certification with the National Association of the Deaf or Registry of Interpreter for the Deaf or be certified through the State of California with a minimum proficiency level of ADVANCED as outlined in attachment 3. ADVANCED The Advanced level is characterized by an ability to understand and express main ideas and most details of connected discourse on a variety of topics beyond the immediacy of the situation, including some topics where comprehension is complicated due to an unexpected sequence of events. The signer will be able to get into, through and out of a situation with a complication. (e.g. You show up for class and find no one in the classroom. You need to approach a secretary and find out the time and location of the class. Use situation cards. Natural, consistent, culturally appropriate behavior is apparent. ADVANCED 1. Understands a variety of conversational topics, including main ideas and details, as well as unexpected events. 2. Can express concepts with syntactic accuracy on a variety of topics beyond the immediacy of the situation, including work related and cultural events. 3. Fingerspells clearly and fluently when no sign is available. 4. Understands rapid fingerspelling in context. 5. Catches the "punch line" of simple, short jokes. 6. Understands some ASL idioms. 7. Uses ASL idioms appropriately. 8. Follows the sequence of thought in a long story. 9. Can tell a simple story at a variety of levels, e.g. child, teenager, adult 10. Can understand signed language and nonverbal communication of children when given a videotaped sample. 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. The Wage Determination for this contract will be Number: 2005-2067 Rev 12 dated 06/17/2011 For information only a Federal Employee Equivalency rate shown below. Employee Class Monetary Wage -- Fringe Benefits GS-1040-07, Step 1, Interpreter (Sign Language) $21.55 per hour
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0073/listing.html)
- Place of Performance
- Address: SHARPE SITE, LATHROP, CA AND TRACY SITE, TRACY CA, TRACY, California, 95304-5000, United States
- Zip Code: 95304-5000
- Zip Code: 95304-5000
- Record
- SN02761124-W 20120601/120530235544-05cb7799c5538d2fe61d45eb606b2914 (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 |