SOURCES SOUGHT
99 -- Sign Language Interpreting and Computer Aided Real Time Transcribing Services Market Research
- Notice Date
- 10/16/2014
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- HHS-NIH-OD-OLAO-SS-14-009
- Archive Date
- 11/18/2014
- Point of Contact
- Sharmaine Gerstel, Phone: 301-594-3744
- E-Mail Address
-
gerstels@mail.nih.gov
(gerstels@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 10/16/14 SOURCES SOUGHT NOTICE Sources Sought Number: HHS-NIH-OD-OLAO-SS-14-009 Project Title: Sign Language Interpreting and Computer Aided Real Time Transcribing Services Market Research The National Institutes of Health (NIH's), Office of Research Services (ORS), Division of Amenities and Transportation Services (DATS) is conducting a Market Survey to find qualified small business concerns, 8(a) small businesses, Woman-owned, small disadvantaged businesses, HUB Zone small businesses and Service-disabled Veteran small business concerns with the capabilities to adequately provide interpreting and CART services. Offerors are expected to have appropriate corporate infrastructure that will efficiently fulfill requirements set forth in the Statement of work. The intended procurement will be classified under NAICS 541930 Translation and Interpretation Services. The Sources Sought is only for the above mentioned business types under the NAICS code 541930. Background The need for a qualified interpreting services and CART contractor exists because of the continual growth, professional development, and daily work routine of the D/HH employees, NIH guests and patients. There are also a number of "open to the public" events regularly scheduled. Purpose and Objectives: The purpose of this requirement is to have a qualified contractor provide Sign Language Interpreting Services and Computer Aided Real Time (CART) Transcribing Services. This will facilitate communication for events/meetings such as work related meetings, training sessions, safety talks, discussions on work related procedures, policies and assignments, disciplinary actions, conferences and any events attended by deaf-hard-of-hearing employees who communicate in sign language. These services may also be required for NIH patients, and their visitors to attend visits and appointments. Key Project Requirements Coordination of all aspects of the interpreting services scheduling. A reservation system: To provide the data necessary to confirm and schedule requests, track the contract, and track the event/meeting data (i.e. date, time, place, length of event/meeting, type of event/meeting, requestor, and interpreter(s) assigned), and invoice the NIH for services rendered. 508 Compliant reports/database. Anticipated period of performance 02/01/15 - 01/31/16 Capability Statement Requirements and Delivery Instructions • Offerors should be able to demonstrate their ability to handle large volumes of interpreting/ CART services requests in excess of 1,500 hours per month in the various settings mentioned above. • Offerors should also be able to adjust staffing as demand for interpreting requests increase. Offerrors should have appropriate functional and technical capabilities to handle the requirement; For example having an interpreting services reservation system In 15 pages or less, interested parties should respond to this market research notice highlighting the following critical information: 1. The spectrum of interpreting and CART services that your firm has supported over the last three years. List the information for each task area separately. 2. The number of times that your firm has subcontracted out for an expertise within the task areas specified on the draft SOW. If so, what was the expertise you subcontracted for? List each task area separately. 3. Please identify your firm's size standard. 4. Provide information to indicate that staffing requirements can be fulfilled. Particularly the provision of services for requests in excess of 1,500 hours per month. 5. Does your company have a database available to track interpreting requests? 6. Your overall management approach for the provision of these services. Disclaimer and important notes. It is emphasized that this request for information is only intended to be used for market research purposes and responses to this notice are not considered offers, will not be considered adequate responses to a solicitation and cannot be accepted by the Government to form a binding contract. After a review of the responses received, a pre solicitation synopsis and solicitation may be published in Federal Business Opportunities. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Submission of Capability Statements: Capability statements should be received by Monday November 3, 2014 by 10:00 AM EST. (a) When mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, (OLAO), 6011 Executive Blvd., Room 629C, Bethesda, MD 20892. ATTN: Sharmaine Gerstel. (b) When hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. Capability statements can be emailed by the due date listed above to gerstels@mail.nih.gov Alternate Drop off point: Capability Statements can be delivered to the receptionist on fifth (5th) floor at 6011 Executive Boulevard. Point of Contact: Sharmaine Gerstel, Contract Specialist, Phone: (301) 594-3744; gerstels@mail.nih.gov Statement of Work (SOW) National Institutes of Health (NIH), Department of Health and Human Services (HHS) 1. Title: NIH Sign Language Interpreting Services and Computer Aided Real Time Transcribing Services Performance Based Contract. 2. Background: As the world's premier biomedical research institution, the NIH is committed to meeting the needs of staff, patients, guests and visitors who are Deaf/Hard of Hearing (D/HH). The NIH uses interpreting services and Computer Aided Real Time Transcribing Services (CART) to facilitate communication for events/meetings such as work-related meetings, training sessions, safety talks, discussions on work related procedures, policies and assignments, human resources actions, conferences and any events attended by (D/HH) persons, as well patient visits and appointments. In 2008, NIH used over 21,000 hours of interpreting and CART services. Over the last five years, NIH has used an average of over 19,000 hours annually. Historically, interpreting services have increased 5 to 7 percent a year. The services are primarily performed at on- and off-campus locations. In addition to the main NIH Bethesda Campus, services may be required to be performed at other NIH locations throughout the United States. The contractor is to provide qualified interpreters and CART services to meet these requirements. The need for a qualified interpreting services and CART contractor exists because of the continual growth, professional development, and daily work routine of the D/HH employees, NIH guests and patients. There are also a number of "open to the public" events regularly scheduled. The NIH currently provides interpreting and CART services through a centrally-funded and managed performance based contract. The NIH has established under the Office of the Director (OD), Office of Research Services (ORS), Division of Amenities and Transportation Services (DATS) a Program Management Team to oversee these requirements and services provided to our customers through this contract. This team consists of the Program Manager, a Federal Government employee in the DATS who is responsible for oversight and management of the contract. In addition, DATS has one full-time and one part-time Quality Assurance Specialist to assist in handling the day to day operations and surveillance of the contract as well as resolve any issues that may arise. 3. Project Objectives: The DATS Program Management Team will maintain primary responsibility and oversight of the contract. This SOW is for functional and technical assistance in this effort. This one year Performance Based Service Contract with four (4) option years will be to provide interpreting and CART services to the NIH. NIH is requesting qualified offeror's to respond to the tasks described in this SOW. 4. Scope: The NIH employs approximately 30,000 persons of which an estimated 100 are self-identified as D/HH employees, but also numerous events that are open to the public, scientific and research symposiums, patients, patient visitors, contractors, etc. who are located primarily on the NIH Bethesda Campus but at our leased facilities throughout Montgomery County, MD as well. There is an expectation that this number of D/HH employees will grow by 1 to 2 % each year. NIH employees are also located in Frederick, Baltimore, North Carolina, and Montana and in other parts of the United States where there is/may be a need to provide interpreting and CART services to employees and guests. On an individual or case by case basis, the NIH will make prior arrangements with the contractor to reimburse for certain out-of-pocket expenses incurred by the interpreter (i.e., mileage, parking, tolls, lodging) in accordance with U.S. Government/NIH travel regulations if the interpreting or CART request is not in an NIH recognized duty station. Interpreting services are used principally for meetings, which can include supervisory-employee meetings, training classes, etc. Interpreting and CART services are also needed for patient consultations, lectures and special events, which include, but are not limited to, a large gathering of persons which may include D/HH persons (i.e., symposiums, conferences, lectures etc.) In addition, any activities sponsored by NIH involving government employees, patients, guests, and visitors in accordance with the guidance found in the NIH Manual Issuance - 2204 Reasonable Accommodations http://www1.od.nih.gov/oma/manualchapters/management/2204/2204.pdf Section J: Sign Language Interpreting Services may also require interpreting and CART services. Types of Interpreting Services Required Basic interpreting services include but are not limited to, ASL, sign language, oral, tactile, close-vision, deaf interpreting, cued speech, Video Relayed Services, Video Remote Interpreting or combination of services. Scientific interpreting services include the basic interpreting services above, but also require the interpreter to have a working knowledge of the vocabulary that is specialized and/or technical in the area of scientific and medical applications. All interpreters assigned to provide services under this Performance Based Service Contract should be or quickly become familiar with government vernacular. The contractor must be able to staff at all times between 27 - 44 interpreters which will be evaluated as follows: • Minimum of 12-15 qualified interpreters with documented experience in scientific interpreting; • Minimum of 4 Certified Deaf Interpreters; • Minimum of 15-20 qualified interpreters to handle all non-technical routine interpreting services; • Minimum of 5 CART reporters able to serve NIH. The above minimum staffing numbers can/may increase/decrease based on business needs of the NIH. All of the above minimum staffing numbers are considered Key Personnel for this SOW. 5. Functional Specific Tasks: a. Interpreters assigned to perform services outlined in this SOW should have a college degree (A.A., B.S., B.A., M.A., or M.S.), in an interpreting related field, with at least three years of current interpreting work experience. If the interpreter has no college degree, he/she must have at least five (5) years of current interpreting work experience preferably for Federal Agencies, Private Industry similar to the size and scope of the NIH, or Medical/Research Facilities. Interpreters must also be certified through screening as recognized by the National Registry of Interpreters for the Deaf (RID) and the National Association for the Deaf (NAD) levels 4 or 5 only. b. Fluency of sign language on the entire sign language continuum to effectively facilitate communication between D/HH employees and hearing employees; c. Ability to perform at least one of the following: (1) interpret voice to sign, (2) interpret sign to voice, (3) oral transliteration, (4) tactile, (5) close-vision, and (6) cued speech; Must have documented certifications for various disciplines as specified by RID and NAD levels 4 and 5. Please refer to attached website http://www.rid.org/education/edu_certification/index.cfm d. Ability to accurately interpret in a variety of settings, including those that require specialized, technical, legal, scientific, medical, library, and information technology vocabulary, and familiarity with government vernaculars; e. Ability to keep pace with communications in conferences, meetings, seminars, training classes, etc.; f. Ability to negotiate with speakers as ‘colleagues' to mediate pace of communication as necessary and appropriate; or voice interpret when a D/HH person=s speech is not easily understood; g. Ability to abstract, select and highlight within context when dealing with complicated concepts, idioms, etc.; h. Practicing knowledge of and adherence to the tenets of the RID and NAD Code of Professional Conduct which include: 1. Interpreters adhere to standards of confidential communication; 2. Interpreters possess the professional skills and knowledge required for the specific interpreting situation; 3. Interpreters conduct themselves in a manner appropriate to the specific interpreting situation; 4. Interpreters demonstrate respect for consumers; 5. Interpreters demonstrate respect for colleagues, interns, and students of the profession; 6. Interpreters maintain ethical business practices; and 7. Interpreters engage in professional development. The complete version of the RID and NAD Code of Professional Conduct may be found at the following web address: http://www.rid.org/UserFiles/File/NAD_RID_ETHICS.pdf i. Knowledge of the diverse cultures within NIH D/HH community to effectively work as an interpreter; j. Knowledge of the diversity of culture and skill to prepare for each interpreting assignment including the knowledge needed to assist in setting up an environment that is conducive to meeting the communication needs of both the hearing and deaf consumer; k. Ability to effectively assess the language needs of the deaf consumer; l. Ability to apply the analytical skills necessary to determine which communication modes the Deaf consumer is utilizing. m. In certain circumstances color appropriate attire may be necessary. This is the responsibility of the contractor. n. The Government shall not exercise any direct supervision or control over the Contractor employees performing these services under this contract. Such Contractor personnel shall be accountable to the Contractor, who, in turn, shall be accountable to the Government; and o. The Contractor should use and evaluate all latest technology available when providing interpreting services for NIH. This should and may include the use of Video Relay Services and/or Video Remote Interpreting where applicable. The Government Reserves the right to modify and to make use of improved technology to enhance the provision of these services. Qualified CART reporters must meet the following minimum knowledge, skills, and abilities: a. Demonstrate Knowledge, skills and abilities in the Core Competency areas defined by the National Court Reporters Foundation. In addition reporters must be a Certified CART Provider (CCP); b. Ability to provide small venue CART services to be used by D/HH staff, patients and visitors; c. CART reporter must be able to handle and report various medical, scientific and technical terms proficiently; d. CART translation shall be provided in real time; and e. One unedited transcript of the service shall be provided to the consumer upon their request. 6. Deliverables The contractor shall provide adequate interpreting and CART services as well as the overall management of the provisions of these services in order to meet our growing demand. To the extent that the DATS Program Office can, the NIH plans to advise the contractor of an interpreting service requirement at least five business days in advance of the event/meeting. The requests will include a description of the event/meeting, location, planned duration, type of service requested (Basic, Medical, Scientific, Emergency, Etc.), and recommended interpreter (if requested). All requests received five business days prior to an event/meeting must be filled and confirmed within one business day of receipt of request. Any requests received with less than five working days advanced notice should be filled according to the Performance Requirements Summary (pages 9-10). Deliverables and Reporting Requirements are such that the Contractor shall provide a database similar to the current NIH Interpreting Services Database that will have the capability to compile and review the following reports and statistical data: reporting capability should be prepared to report on services being provided on a daily, weekly, monthly, yearly for regular types of reports, and on an ad-hoc basis depending on necessity by the Government: a) Confirmation of Requests b) Update of Individual Requests c) Manage Status of Requests d) Interpreting Services Reports e) Monthly Invoices f) Data by Institutes g) Consumer Evaluation of Requests Other standard data to be included on any data base must include: Name/NIH Identification Card Number, One-Time or On-Going Request, Date, Location, Type of Event (i.e. Conference, Interview, Meeting, Training, On-call, Medical, Patient, Scientific, etc.), Open/Closed to the Public, Type of Service Requested (i.e. ASL, Oral, Tactile, Close Vision, Cued Speech, CART, etc.), Special Instructions, and Date Requested/Date Cancelled. This standard reporting can be modified as necessary to ensure that appropriate data is being collected. Note: This is subject to further enhancement throughout the term of the contract through active discussion with the Contractor, Contracting Officer, Project Officer, and Customers. The Government retains the right to modify this deliverable as required. All reports are the sole property of the Government, and can only be released to the Contracting Officer or Project Officer. 7. Contract Requirements 1. The NIH requires that each interpreter on the vendor's submitted list be approved by the NIH. These interpreters cannot be replaced or substituted without prior written approval from the Project Officer, except on an emergency basis; 2. Each Interpreter and CART reporter shall be able to obtain and display an NIH ID and also display at all times the company of employment's ID. The contractor shall make profiles of its interpreters available on its website. These profiles should include a brief bio, including qualifications and a picture of the interpreters; 3. The NIH has a small need for interpreting emergency and non-emergency requests during both NIH business hours and non-business hours which may also occur during Federal government holidays or weekends and the contractor will be required to fulfill these infrequent requests; 4. The NIH will develop and distribute an evaluation survey which customers can complete and return to the project office. This may be in one of several ways including hard copy or electronic format. It should be noted that customers can also submit their own satisfaction or dissatisfaction comments to the Program Office; 5. The assigned interpreter shall make personal contact with the organizer/requestor of any assignment as appropriate. The NIH understands that emergency or last minute/late requests may not allow for this interaction between the contractor and the customer; 6. Operation during inclement weather and Government Closure may be required. It is the contractor's responsibility to insure sufficient staff is available to support any non-cancelled operations during inclement weather, even if the Government has announced Official Closure or Liberal Leave. This also applies to events as stated in Number 3 above. If contact cannot be made with the Event Requestor as stated in Number 5 above, the Contractor must contact the Project Officer PRIOR to the event to determine if there is a need to provide service. 7. The contractor shall develop and maintain a reservation system matching employees to preferred interpreters. This would include a first and second preference interpreter for a specific employee. If those interpreters are not available for the D/HH employee, the contractor may then assign another interpreter to the assignment. 8. Technical Requirements: The NIH requires coordination of all aspects of the interpreting services scheduling. The Contractor shall provide the type of interpreting services reservation system approved with the award of the contract. The reservation system shall provide the data necessary to confirm and schedule requests, track the contract, and track the event/meeting data (i.e. date, time, place, length of event/meeting, type of event/meeting, requestor, and interpreter(s) assigned), and invoice the NIH for services rendered 508 Compliance: Section 508 of the Rehabilitation Act requires that Federal agencies' electronic and information technology is accessible to people with disabilities. This courseware product must be Section 508 conformant. Specifically, the end product must be conformant with all applicable provisions, including: • 1194.21 Software Applications and Operating Systems • 1194.22 Web-based Intranet and Internet Information and Applications • 1194.24 Video and Multimedia Products • 1194.31 Functional performance criteria • 1194.41 Information, documentation, and support These provisions can be found at http://www.access-board.gov/sec508/standards.htm Information Security Training HHS policy requires contractors/subcontractors receive security training commensurate with their responsibilities for performing work under the terms and conditions of their contractual agreements. The contractor shall ensure that each contractor/subcontractor employee has completed the NIH Computer Security Awareness Training course at: http://irtsectraining.nih.gov/ prior to performing any task order work, and thereafter completing the NIH-specified fiscal year refresher course during the period of performance of the task order. Offeror's Official Responsible for Information Security The offeror shall include in the "Information Security" part of its Technical Proposal the name and title of its official who will be responsible for all information security requirements should the offeror be selected for an award. Information Technology Rules of Behavior The contractor/subcontractor employees shall comply with the NIH Information Technology General Rules of Behavior at: http://irm.cit.nih.gov/security/nihitrob.html. Personnel Security Responsibilities The contractor shall perform and document the actions identified in the "Employee Separation Checklist" (http://nitaac.nih.gov/downloads/ciosp2/Employee_Separation_Checklist.doc) when a contractor/subcontractor employee terminates work under this contract. All documentation shall be made available to the Project Officer and/or Contracting Officer upon request. 9. Government Furnished Property NIH shall provide for use by contractor one office for on-call interpreters as well as two computers for use by on-call interpreters. 10. Quality Standards and Records & Reports: The contractor shall comply with their proposed quality assurance plan. The NIH is committed to providing quality interpreting services for its requesters and users; to creating an effective service relationship between the NIH, Contractor, and our many diverse customers. We are committed to maintaining the highest standards for providing interpreting services as a government agency. The Contractor shall maintain records and prepare reports as set forth in this SOW. A copy of all reports shall be maintained and be available for inspection by the Government at all times. From time to time, the Contractor and their employees may be required to make written and/or oral statements to authorized Government agencies due to a particular incident or issue. Any written statements provided shall be considered a report under the terms of this contract. All records and copies of reports shall be turned over to the Project Officer within five (5) calendar days after completion. The Government reserves the right to modify any performance standards and/or metrics during the life of this contract, in order to ensure that the appropriate outcomes are being assessed and that the performance standards are appropriate. Changes will be accomplished via a bi-lateral contract modification The Contracting Officer is the only person with the authority to act as an agent of the Government under this contract. Only the Contracting Officer has authority to perform any of the following: • direct or negotiate any changes in the Solicitation or specifications • modify or extend the period of performance • change the delivery schedule • change any terms and conditions of the contract.. Under the terms of this SOW, contractors are continuously encouraged to use innovative approaches in addressing the requirements contained in this solicitation. That creativity flexibility will be evaluated in terms of the extent to which it successfully addresses the requirements and constraints of the SOW and the likely effectiveness of the proposed performance standards, monitoring approaches, and incentives in producing optimal contract results while lessening the Government's oversight burden. This partnership may come from many resources that are available - the Contractor, the assigned interpreters, the NIH, and most importantly, our customers who use these vital services. The Contractor shall continually monitor the quality of interpreting services which will include internal methods for monitoring, identifying problems and deficiencies and effectively alleviating them to produce a quality level of services to the NIH. The Contractor shall propose to meet these stated quality standards and shall state how it will achieve and monitor them including any additional proposed quality standards. 1. At least 98% of all requests received at least 5 business days in advance will be filled. 2. At least 90% of all requests received less than 5 business days in advance are filled. 3. At least 85% of all requests received for that particular day (day of) will be filled. 4. At least 90% of requests received outside normal business hours will have an interpreter respond onsite within 40 minutes. 5. At least 98% of all requests will be initially confirmed and scheduled by the vendor with accurate information based upon user provided information on each request (i.e., date, times, type of services, any special instructions, etc.). 6. At least 98% of all requests received are confirmed by the vendor within one (1) business day (e.g., all requests received during the hours of 7:00 a.m. to 6:00 pm must be confirmed to the Project Office no later than 4:00 p.m. the following business day. For requests received on a Friday between those hours, the vendor will provide the confirmation on Monday). 7. At least 95% of all confirmed interpreters respond to the properly scheduled event at least 15 minutes prior to start of the event. The following represents the acceptable percentage that respondents will rate the contractor. Excellent 30% minimum Very Good 45% minimum Average 22% minimum Below Average 2% maximum Poor 1% maximum The NIH understands that this is a demanding and growing industry. During the Project Office's monthly reconciliation process, it will identify performance standards that have been exceeded for that period. While we cannot place a cap or threshold on the number of requests requiring services over a given period, the NIH will provide incentives for each performance standard exceeded as shown on the Performance Requirements Summary. (Pages 9 - 11) 11. Standards of Conduct - Personnel: Interpreting services are vital to the success of many of the NIH events or programs, regardless of whether they are open or closed to the public. Our employees, guests and visitors will receive quality services by professional interpreters. The following standards of conduct are specific to this contract, as well as adherence to the NIH Rules of Conduct. These standards have been developed to ensure that Interpreting or CART services are provided in the most effective and professional manner: • The contractor shall provide the most accurate translation, interpretation or CART services possible; • The contractor shall receive assignments directly from the Government and shall not act on requests received directly from customers; • The contractor shall not perform any services for individuals, meetings, events on a volunteer basis; • The contractor shall abide by all confidentiality rules and standards and shall maintain professional integrity during and after all assignments. The contractor shall not discuss the content of any service(s) performed under this contract with any persons other than the Project Officer/Contracting Officer • The contractor shall not offer personal opinions, advice, or counsel before, during or after an assignment; • The contractor shall direct all questions or problems relating to work performed under this contract to the Project Officer/Contracting Officer for consideration; • The Interpreter/translator shall uphold all policies of the Government not specifically listed in or as periodically updated during the duration of this contract; • Other Federal Personnel Rules of Conduct and Behavior that are not specifically cited or that may be implemented during the life of this contract; and • The contractor shall not represent himself/herself or permit himself/herself to be represented to the public as an agent of the Government, nor shall he in anyway use this association with the Government in any type of advertising. 12. Post - Award Administration: Contractor performance will be monitored in accordance with the Quality Assurance Performance Requirements and by review of monthly status and invoice reports. Monthly reports will be provided to the project management team and will include the following monthly information: the number of hours of interpreting and CART services provided per month, and billable cancellations per month. In addition the Project Officer in accordance with the Quality Assurance Plan will calculate incentives/disincentives based on contractors performance. Project Officer will approve and request invoicing for services no later than the 15th of each month. Accurate/ Confirmed Requests 98% of all interpreting services requests received more than 5 days in advance of date are filled. Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Last Minute Requests 90% of all interpreting services requests received less than 5 days in advance of the requested date are filled. Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Day-of Requests 85% all interpreting services requests received during normal working hours of that day are filled. Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Emergency Off-hour Requests 90% of all interpreting services requests received after normal working hours will have an interpreter respond on-site within 40 minutes. Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Scheduling and Confirmation Accuracy All interpreting services requests will be scheduled/confirmed with accurate information (date, times, type of service and/or special instructions). Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Confirmation of Request Delivery All interpreting services requests are confirmed by the vendor within 1 (one) business day of request receipt. Project Officer will review and compare vendor=s and government=s monthly records to determine if vendor is meeting the stated standard. Confirmed Interpreter Response Time All interpreters respond to the scheduled requested event at least 15 minutes prior to the start of the event. The Point of Contact (derived from the request) must be appraised of the interpreters' arrival and departure for each event. Project Officer will review customer=s evaluation sheets and other consumer feedback to determine if the interpreter arrived 15 minutes prior to the start of the event and made appropriate contacts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-OLAO-SS-14-009/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03551902-W 20141018/141016234735-398a57f9315328f4074056029dd43664 (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 |