SOLICITATION NOTICE
R -- OPTION - Sign Language Interpreter Services
- Notice Date
- 2/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 110 YORKTOWN AVE, JACKSONVILLE, FL 32212
- ZIP Code
- 32212
- Solicitation Number
- N68836-14-T-0045
- Response Due
- 2/10/2014
- Archive Date
- 8/9/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N68836-14-T-0045 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JACKSONVILLE, FL 32212 The FLC - Jacksonville requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 02/11/2014 - 02/10/2015 LI 001: SIGN LANGUAGE INTERPRETER SERVICES STATEMENT OF WORK The contractor shall provide a qualified Sign Language Interpreters who is fluent in English and certified in American Sign Language (ASL) to interpret and assist in communication between hearing and hearing impaired employees on an ?as needed? basis for educational, employment, non-legal, non-medical, non-social service situations and close caption translations. One interpreter shall be scheduled for service lasting two hours or less, and two interpreters shall be scheduled for service lasting more than two hours. The contractor shall provide interpreter information to acquire base access to the government point of contact two working days prior to date of required service. Information shall include interpreter?s name, social security number, home address, driver?s license number, and vehicle information (make, model, color, year, license number and license state). Upon arriving at the Yorktown Avenue Gate, interpreter shall go to the Pass Office to receive base access. Interpreter must be a U.S. citizen and present driver?s license, vehicle registration and proof of insurance at that time. The Government will schedule service with the contractor three working days or more prior to the date service is required and provide point of contact and service location information. The Government will assist the contractor with acquiring a gate pass or provide an escort to the event site from the appropriate access gate as required. The Government may cancel scheduled service with two working days? notice prior to service date at no cost to the Government. The contractor shall retain the right to invoice the Government for minimum service requirements, travel outside of the Jacksonville/Metropolitan area, and Government cancellation with less than two working days? notice. For services scheduled as less than four hours, minimum charge may be two hours. For services scheduled as four hours or more, minimum charge may be four hours. Travel outside of Jacksonville/Metropolitan area may be included in the hourly schedule. Cancellation with less notice may result in a two hour charge for less than four hour scheduled service and a four hour charge for service scheduled for four hours or more. PLACE OF PERFORMANCE: Fleet Readiness Center Southeast (FRCSE) Naval Air Station (NAS) Jacksonville, Cecil Commerce Center, and Naval Station Mayport. PERIOD OF PERFORMANCE: One year with two option years for total of three years. Hours of service are during normal working hours, 6:00am to 4:30pm, Monday through Friday, excluding federal holidays, installation closure, severe weather closure and furlough periods., 1, YR; Option 1 Period of Performance: 02/11/2015 - 02/10/2016 LI 001: SIGN LANGUAGE INTERPRETER SERVICES STATEMENT OF WORK The contractor shall provide a qualified Sign Language Interpreters who is fluent in English and certified in American Sign Language (ASL) to interpret and assist in communication between hearing and hearing impaired employees on an ?as needed? basis for educational, employment, non-legal, non-medical, non-social service situations and close caption translations. One interpreter shall be scheduled for service lasting two hours or less, and two interpreters shall be scheduled for service lasting more than two hours. The contractor shall provide interpreter information to acquire base access to the government point of contact two working days prior to date of required service. Information shall include interpreter?s name, social security number, home address, driver?s license number, and vehicle information (make, model, color, year, license number and license state). Upon arriving at the Yorktown Avenue Gate, interpreter shall go to the Pass Office to receive base access. Interpreter must be a U.S. citizen and present driver?s license, vehicle registration and proof of insurance at that time. The Government will schedule service with the contractor three working days or more prior to the date service is required and provide point of contact and service location information. The Government will assist the contractor with acquiring a gate pass or provide an escort to the event site from the appropriate access gate as required. The Government may cancel scheduled service with two working days? notice prior to service date at no cost to the Government. The contractor shall retain the right to invoice the Government for minimum service requirements, travel outside of the Jacksonville/Metropolitan area, and Government cancellation with less than two working days? notice. For services scheduled as less than four hours, minimum charge may be two hours. For services scheduled as four hours or more, minimum charge may be four hours. Travel outside of Jacksonville/Metropolitan area may be included in the hourly schedule. Cancellation with less notice may result in a two hour charge for less than four hour scheduled service and a four hour charge for service scheduled for four hours or more. PLACE OF PERFORMANCE: Fleet Readiness Center Southeast (FRCSE) Naval Air Station (NAS) Jacksonville, Cecil Commerce Center, and Naval Station Mayport. PERIOD OF PERFORMANCE: One year with two option years for total of three years. Hours of service are during normal working hours, 6:00am to 4:30pm, Monday through Friday, excluding federal holidays, installation closure, severe weather closure and furlough periods., 1, YR; Option 2 Period of Performance: 02/11/2016 - 02/10/2017 LI 001: SIGN LANGUAGE INTERPRETER SERVICES STATEMENT OF WORK The contractor shall provide a qualified Sign Language Interpreters who is fluent in English and certified in American Sign Language (ASL) to interpret and assist in communication between hearing and hearing impaired employees on an ?as needed? basis for educational, employment, non-legal, non-medical, non-social service situations and close caption translations. One interpreter shall be scheduled for service lasting two hours or less, and two interpreters shall be scheduled for service lasting more than two hours. The contractor shall provide interpreter information to acquire base access to the government point of contact two working days prior to date of required service. Information shall include interpreter?s name, social security number, home address, driver?s license number, and vehicle information (make, model, color, year, license number and license state). Upon arriving at the Yorktown Avenue Gate, interpreter shall go to the Pass Office to receive base access. Interpreter must be a U.S. citizen and present driver?s license, vehicle registration and proof of insurance at that time. The Government will schedule service with the contractor three working days or more prior to the date service is required and provide point of contact and service location information. The Government will assist the contractor with acquiring a gate pass or provide an escort to the event site from the appropriate access gate as required. The Government may cancel scheduled service with two working days? notice prior to service date at no cost to the Government. The contractor shall retain the right to invoice the Government for minimum service requirements, travel outside of the Jacksonville/Metropolitan area, and Government cancellation with less than two working days? notice. For services scheduled as less than four hours, minimum charge may be two hours. For services scheduled as four hours or more, minimum charge may be four hours. Travel outside of Jacksonville/Metropolitan area may be included in the hourly schedule. Cancellation with less notice may result in a two hour charge for less than four hour scheduled service and a four hour charge for service scheduled for four hours or more. PLACE OF PERFORMANCE: Fleet Readiness Center Southeast (FRCSE) Naval Air Station (NAS) Jacksonville, Cecil Commerce Center, and Naval Station Mayport. PERIOD OF PERFORMANCE: One year with two option years for total of three years. Hours of service are during normal working hours, 6:00am to 4:30pm, Monday through Friday, excluding federal holidays, installation closure, severe weather closure and furlough periods., 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 541930 and the Small Business Standard is $6.0 mil. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) THIS TERM IS IN EFFECT SHOULD THE BUY BE SET-ASIDE FOR SMALL BUSINESSES : Notice of Total Small Business Set-Aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/53e600f080c8d0175c229ac38e328927)
- Place of Performance
- Address: JACKSONVILLE, FL 32212
- Zip Code: 32212-0016
- Zip Code: 32212-0016
- Record
- SN03280577-W 20140206/140204235056-53e600f080c8d0175c229ac38e328927 (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 |