Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
DOCUMENT

99 -- Interpreting and translaton services for North Central Consolidated Patient Account Center - Attachment

Notice Date
3/22/2013
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Consolidated Patient Account Center;201 Hay Street, Suite 305;Fayetteville NC 28301
 
ZIP Code
28301
 
Solicitation Number
VA73013I0058
 
Response Due
3/27/2013
 
Archive Date
6/25/2013
 
Point of Contact
Catherine Artis
 
E-Mail Address
8.2120
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supplies or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals or costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. Contracting Office Address Department of Veterans Affairs (VA), Consolidated Patient Account Center (CPAC) Contracting Office 201 Hay Street, Suite 305 Fayetteville, NC 28314 Point of Contact: CATHERINE ARTIS 910-488-2120, Ext. 5910 Catherine Artis@va.gov Overview: The Department of Veterans affairs is also considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 541930, with a small business size standard $7.0 Million. Interested Small Business concerns and small businesses with a socioeconomic status shown above may respond if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontraction (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) Please review the attached draft Statement of Work (SOW) detailing the scope and specific tasks for the North Central Consolidated Patient Account Center (NCCPAC). This overview/summary does not include all requirements to complete the Statement of Work (SOW). Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 10 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Submit your response via email to Catherine Artis at catherine.artis@va.gov 3) Submit your response by 1:00 P.M. (EST) on March 27, 2013; 4) Mark your response as "Proprietary Information" if the information is considered business sensitive. 5) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 10 page limit. Information Requested from Industry: In response to the RFI, interested parties shall submit the following information: 1.Company Information / Socio-Economic Status 1.Provide the company size and POC information. 2.VA has identified the appropriate North American Industry Classification System (NAICS) Code 541930 Translation and Interpreting Services, which has a size standard of $7.0 Million for this RFI. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached SOW. 3.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA's VetBiz repository? 2.Background/Past Experience - Provide the following information on a maximum of three similar projects dealing with Interpreting Services. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project. 2.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. 3.Capabilities/Qualifications - Overview of proposed solution(s). Include a description of the capabilities/qualification/skills your company possesses for each of the below statements: 1.Assessment of capabilities to perform requirements noted in the RFI. 2.Assessment of the types of changes required to accomplish the goals. 3.Approach to be utilized to develop necessary changes to the systems to meet the organizational goals 4.Draft schedule to complete necessary changes. 4.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 5.Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, this information must be included within the 10 page limitation. 7.Other Federal Experience - Identify the federal contract vehicles DRAFT STATEMENT OF WORK Title: TRANSLATION AND INTERPRETION SERVICES Requiring Activity Name: North Central Consolidated Patient Account Center (NCCPAC) 1. SCOPE: The North Central Consolidated Patient Account Center (NC CPAC) has need for translation and interpretation services to include interpreting spoken English into signed English and American Sign Language (ASL) or signed English back into spoken English. Driving time to be included in cost of services for NCCPAC located at 8001 Terrace Avenue, Suite 101, Middleton, Wisconsin 53562. 2. SPECIFIC TASK: The vendor shall schedule and confirm each translation service appointment after receiving a request for interpreter services from the Government Point of Contact. The vendor shall provide interpretation services during normal business hours of the NCCPAC Monday - Friday (8:00 a.m. - 4:30 p.m.). An estimated total of two hundred (250) hours of interpretation services is required for the period of April 2013 through September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0fbb498416ad965a435dcbca97ef72c5)
 
Document(s)
Attachment
 
File Name: VA730-13-I-0058 VA730-13-I-0058_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670790&FileName=VA730-13-I-0058-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670790&FileName=VA730-13-I-0058-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03018418-W 20130324/130322234116-0fbb498416ad965a435dcbca97ef72c5 (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.