SOLICITATION NOTICE
R -- Interpreting Services DFAS-Columbus - Attachments
- Notice Date
- 4/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HQ0423-13-T-0010
- Archive Date
- 5/25/2013
- Point of Contact
- Carrie Fairbanks, Phone: 6147012753
- E-Mail Address
-
carrie.fairbanks@dfas.mil
(carrie.fairbanks@dfas.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Past Performance Questionnaire Schedule Of Items Table for use for submission of quote DFAS Clauses Performance Work Statement INTERPRETING SERVICES DFAS-COLUMBUS REQUEST FOR QUOTES (RFQ) NO: HQ0423-13-T-0010 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 Columbus, 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. This will be a total small business set-aside. NAICS code for this announcement is 541930 with small business size standard $7.0 million. SOLICITATION CLOSING DATE: All quotes must be received by close of business, Friday May 10, 2013. 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 1,600 hours per year for the base year and 1,600 hours for one option year period. • Vendor Contact Name, Phone Number and Email Address • Company Cage Code or DUNS Number • Tax Identification Number • Business Size: Small/Large/Other: _______________ Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. IMPORTANT REMINDER: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. DESCRIPTION: Defense Finance and Accounting Service (DFAS) requires interpreter (sign language/captioning) services on an as needed basis as described in the Performance Work Statement (attached separately). Item 001: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1,600 hours provided on an as-needed basis during the base year period of performance. Unit price shall be provided per interpreter per hour. Item 002: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1,600 hours provided on an as-needed basis during option year one (1) period of performance. Unit price shall be provided per interpreter per hour. Place of Performance, inspection and acceptance will be on-site at Defense Finance and Accounting Service, DFAS Columbus Center, 3990 East Broad St., Columbus, OH 43203. Period of Performance : One year from date of award (Anticipated 15 MAY 2013 - 14 MAY 2014) with One Year Option Period. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The Government intends to include the following DFAS, FAR and DFAR 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 a separate attachment titled DFAS Clauses. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) FAR 52.204-7 Central Contractor Registration (AUG 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.212-1 Instruction to Offerors - Commercial (FEB 2012) FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (NOV 2012) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) Alt 1 (AUG 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Order Commercial Items (Deviation) (NOV 2012) FAR 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007) 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 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-14 Limitations on Subcontracting (DEC 1996) FAR 52.219-28 Post-award Small Business Program Rerepresentation (APR 2012) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-17 Nondisplacement of Qualified Workers (JAN 2013) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-43 Fair Labor Standards and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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) FAR 523.253-1 Computer Generated Form (JAN 1991) DFAR 252.201-7000 Contracting Officer's Representative (DEC 1991) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFAR 252.204-7003 Control of Government Personnel Work Product. (APR 1992) DFAR 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) DFAR 252.204-7006 Billing Instructions (OCT 2005) DFAR 252.209-7999 Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Deviation) (JAN 2012) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (NOV 2012) Deviation DFAR 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFAR 252.232-7006 Wide Area WorkFlow Payment Instructions (JUN 2012) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) DFAS 52.204-9000 Replacement of Paper Document Distribution with Electronic Document Access (EDA) (JUN 2012) DFAS 52.223-9000 Environmentally Preferable Products (JUN 2012) 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. DFAS reserves the right to issue an order to a vendor for reasons other than the lowest price. To permit a thorough and effective evaluation, the quote should be as concise, complete and clear as possible so as to permit the Government to make evaluation of the quote without further information being required from the quoter. Inclusion of any important consideration not covered by this request is encouraged. The Government reserves the right to make a determination whether a quote is acceptable or unacceptable solely on the basis of the information submitted and proceed without requesting additional information. Therefore, each response should be submitted in the most favorable terms satisfying the RFQ requirement. 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. Quoters shall furnish the past performance questionnaire (attached separately) to at least three (3) references to complete regarding the quoter's past performance. Questionnaires must be submitted to the Contract Specialist directly and no later than the response time and date stated in this announcement. The information submitted should reflect an experience in similar types of contracts. Preference will be given to quoters who have provided similar services at a DFAS Government installation or familiarity with Government finance and accounting operations. Nondisclosure of applicable past performance information, which may reflect poorly upon the Quoter's capability, will be considered accordingly. PRICE: The provided information should clearly identify the unit price per hour for interpreter for the base year and one option year period. An optional table has been included as a separate attachment titled Schedule of Items Table to assist with submission of pricing for your convenience. Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5) The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAR Clause 252.232-7006. WAGE DETERMINATION: 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 (FAR 52.212-5 (Deviation)). Wage Determination No 1988-0742, Revision No 26, dated 6/18/12 is applicable to this solicitation and has been attached separately. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination: The General Schedule (GS) equivalent to this position is as follows: Employee Class: Interpreter (Sign Language) - GS-9 with a Monetary Wage - Fringe Benefits of $23.33 per hour. QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to carrie.fairbanks@dfas.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline. Telephone requests will not be honored. The Government's response to inquires will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. 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/HQ0423-13-T-0010/listing.html)
- Place of Performance
- Address: DFAS-Columbus, 3990 E. Broad Street, Columbus, Ohio, 43203, United States
- Zip Code: 43203
- Zip Code: 43203
- Record
- SN03045578-W 20130427/130425234611-a1587e6aca4de83c6416a8095c77b1a4 (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 |