SOLICITATION NOTICE
R -- AMERICAN SIGN LANGUAGE INTERPRETATION SERVICES AT DLA DISTRIBUTION , NEW CUMBERLAND, PA AND MECHANICSGURG, PA SITES - WAGE DETERMINATION - STATEMENT OF WORK
- Notice Date
- 2/6/2014
- 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
- SP3300-14-M-0035
- Archive Date
- 5/30/2014
- Point of Contact
- Julie A Metzger, Phone: 717 770-6243
- E-Mail Address
-
julie.metzger@dla.mil
(julie.metzger@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK DATED 02/06/14 WAGE DETERMINATION DLA Distribution Susquehanna (DDSP), New Cumberland, PA has a requirement to provide sign language interpretation services on an as needed basis to support approximately 5 organizations located at New Cumberland and Mechanicsburg, PA sites. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-14-Q-0035. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-72 effective 30 Jan. 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20140129 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2014-55. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 541930 and the small business size standard is $7.0 million. The period of performance will be for one year with two one year option periods. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR PERIOD OF PERFORMANCE - May 1, 2014 through April 30, 2015 CLIN 0001 - Contractor shall provide interpreter services on an as needed basis for approximately 3 - 4 organizations at DLA Distribution Susquehanna New Cumberland, PA and Mechanicsburg, PA sites to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English complete and in accordance with the attached statement of work. NOTE: All Appointments will be based on a 2 hour minimum. CLIN 0001AA Estimated 180 sessions (up to 2 hours in length) at $_______________ per session = $____________________ estimated total. CLIN 0001AB Estimated 40 sessions (up to 1 hour in length) at $_______________ per session = $____________________ estimated total. NOTE: CLIN 0001AB will be used in conjuction with CLIN 0001AA. (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 0001AA plus one each price of CLIN 0001AB. OPTION YEAR ONE PERIOD OF PERFORMANCE - May 1, 2015 through April 30, 2016 CLIN 1001 - Contractor shall provide interpreter services on an as needed basis for approximately 3 - 4 organizations at DLA Distribution Susquehanna New Cumberland, PA and Mechanicsburg, PA sites to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English complete and in accordance with the attached statement of work. NOTE: All Appointments will be based on a 2 hour minimum. CLIN 1001AA Estimated 180 sessions (up to 2 hours in length) at $_______________ per session = $____________________ estimated total. CLIN 1001AB Estimated 40 sessions (up to 1 hour in length) at $_______________ per session = $____________________ estimated total. NOTE: CLIN 1001AB will be used in conjuction with CLIN 1001AA. (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 1001AA plus one each price of CLIN 1001AB. OPTION YEAR TWO PERIOD OF PERFORMANCE May 1, 2016 through April 30, 2017 CLIN 2001 - Contractor shall provide interpreter services on an as needed basis for approximately 3 - 4 organizations at DLA Distribution Susquehanna New Cumberland, PA and Mechanicsburg, PA sites to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English complete and in accordance with the attached statement of work. NOTE: All Appointments will be based on a 2 hour minimum. CLIN 2001AA Estimated 180 sessions (up to 2 hours in length) at $_______________ per session = $____________________ estimated total. CLIN 2001AB Estimated 40 sessions (up to 1 hour in length) at $_______________ per session = $____________________ estimated total. NOTE: CLIN 2001AB will be used in conjuction with CLIN 2001AA. (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 2001AA plus one each price of CLIN 2001AB. NOTE: SESSIONS SHALL INCLUDE ALL TRAVEL, LABOR, MATERIAL, EQUIPMENT, AND SUPERVISION NECESSARY TO PREFORM THE ABOVE SESSIONS. The quantities are estimates only. The contractor shall only be paid for actual services provided. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment will be made by Defense Finance and Account Services (DFAS) through Wide Area Workflow (WAWF) for services The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. DLAD 52.233-9000 AGENCY PROTESTS 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) (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. The contractor's technical proposal shall include a list of at least five key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Pennsylvania's Directory of qualified Interpreters. 2. The contractor's past performance shall include a list of contracts, at least three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contact (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied. 3. 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) Unit Price and extended prices for all CLINS; (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). 4. Contractors are required to include a copy of the FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 - Offeror Representation and Certification - Commercial Items with its proposal or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal may result in elimination from consideration for award FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to award one contract resulting from this solicitation to the responsible offeror using the lowest price/technically acceptable source selection process. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the non-cost factors. Factor 1 - Technical capability and Factor 2 - Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If an offer has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror's past performance history is satisfactory. An offeror who has submitted a technically acceptable quotation and who has been found to have a satisfactory past performance history will then that its quotation evaluated for the lowest price. Factor 1 - Technical capability - The minimum criteria for acceptably for this factor shall be the submission of a list of at least five key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Virginia's Directory of qualified Interpreters. Factor 2 - This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and/or Government offerings, including delivery, schedule compliance, product quality and overall customer satisfaction. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances; it will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. The minimum criteria for acceptability under this factor shall be information submitted by the offerors' from three (3) sources that clearly indicate they have satisfactorily provided the same or similar product commercially or to the Government within the past three (3) years. This information shall include: a. Contract Number b. Point of Contact c. Telephone number d. Dollar Amount of Contract e. Brief description of product provided The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offeror is unacceptable it the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (b) the following clause applies to this acquisition to include the following clauses: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires 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) - GS09 $24.74 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) FAR 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. (End of Clause) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 Invoice (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) SB3300 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Julie.Metzger@dla.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Kenneth.Decker@dla.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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. Wage Determination No. 1988-0742, Revision No. 27, dated 06/19/2013 is applicable to this solicitation. Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by MARCH 6, 2014 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-M-0035/listing.html)
- Place of Performance
- Address: DLA DISTRIBUTION SUSQUEHANNA, NEW CUMBERLAND PA AND MECHANICSBURG PA, NEW CUMBERLAND, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN03283145-W 20140208/140206235227-da3cc0c873a694acf30537ca52963a73 (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 |