DOCUMENT
R -- Translation and Interpretation Services - Attachment
- Notice Date
- 7/13/2015
- Notice Type
- Attachment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 Keystone Crossing;Fayetteville AR 72703
- ZIP Code
- 72703
- Solicitation Number
- VA25615N0613
- Response Due
- 7/30/2015
- Archive Date
- 9/28/2015
- Point of Contact
- Claude Humphrey
- E-Mail Address
-
4-5006<br
- Small Business Set-Aside
- N/A
- Description
- Request for Information Number:VA256-15-N-0613 Notice Type:Sources Sought Description: Translation and Interpretation Services The Department of Veterans Affairs (VA) is conducting Market Research to obtain information regarding potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of performing Translation and Interpretation Services within the geographical area covering Veterans Integrated System Networks (VISN) 16. This is a Request for Information (RFI) SOURCES SOUGHT ANNOUNCEMENT ONLY; This is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the VA to award a contract. Responses to this Sources Sought Announcement must be in writing. The NAICS code being considered for the subject Translation and Interpretation Services is 541930 - Translation and Interpretation Services Description: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA), South Central VA Health Care Network, Veterans Integrated System Networks (VISN) 16 requires Contractor(s) to provide all resources, labor, personnel, equipment, supplies, tools, materials, transportation, supervision etc., necessary and required to provide and perform professional Translation/Interpretation Services for seven (7) VA facilities in the states of Arkansas, Louisiana, and Mississippi. The Contractor shall on an 'as needed basis' provide, but shall not be limited to, 'On-Site Interpreting, Translating, Monitoring, Transcribing, and non-personal services of various documented language.' Interpreter Qualifications: The Contractor shall provide qualified, professional, experienced interpreters who possess a high level of interpretation skills and proficiency in both the English language and the non-English spoken language in order to interpret completely and accurately a speaker's meaning. Specifically, the Interpreter must be: (a) United States citizens or lawfully admitted into the United States for permanent residence. (b) Either certified or have at least one (1) year of experience interpreting in a judicial environment. Federal, State or the National Association of Judiciary Interpreters and Translators (NAJIT) Judiciary Interpreters and Translators Certification Examination (JITCE) certification are accepted certifications. (c) Highly proficient in both English and the foreign language vocabularies typically used in formal, consultative, and casual modes of communication in justice system contexts, including colloquial slang, idiosyncratic slang, and regionalisms. (d) Knowledgeable of specialized vocabulary (terminology) in both English and the foreign language related to legal and criminal justice system terminology and immigration procedures, particularly with regard to terminology typically used in Immigration Court hearings. (e) Knowledgeable of the Code of Professional Responsibility for Interpreters and Protocol of Court Interpreting. (f) Able to speak English and the foreign language fluently, including high to low levels of language register, regional colloquialisms and slang expressions, and do so with clear and intelligible pronunciation. (g) Adept at simultaneous and consecutive interpretation, and sight translation. (h) Able to perform full and complete interpretation (everything is interpreted using a combination of consecutive and simultaneous modes of interpretation) that is factually and conceptually accurate without changes, omissions, or additions. (i) Able to preserve the tone and emotional level of the speaker, as well as manage the delivery, speed and length of the statement (projection, pace and pausing) of the speaker. (j) Able to maintain appropriate speed and projection while rendering interpretation, and request and incorporate clarification of speaker's statements only when justified. Translators/Interpreters shall have previous experience with the VA's terminology. It is preferred to have a provider who has a proven record of accomplishment of performing successfully for the VA. Services shall be performed by professional and experienced Translators/Interpreters that possess demonstrated proficiency levels that range from the ability to speak the language with sufficient structural accuracy and vocabulary, to participate effectively in most formal and informal conversations on practical, social and professional topics (at a minimum). Contractor shall provide Translators/Interpreters per required language and shall provide additional personnel if needed. Translators/Interpreters shall be technically qualified and experienced to proof-read, edit, and provide final product/output, in the required media format (i.e., hardcopy or electronic). The Contractor shall: "Provide one (1) translator per language and shall provide additional personnel in the event more output is needed to complete the task. "Provide monthly reports detailing the services provided, at a minimum the reports shall consist of ALL of Contractor labor hours performed/worked (including sub-contractor labor hours). "Submit resumes of all interpreters/translators that will be performing. "Develop and maintain a Quality Control Program to ensure that Translation/Interpretation Services are performed in accordance with commonly accepted commercial practices. "Submit professional certifications for all Interpreters/Translators that will be performing. "Monitor interpreter's performance to assure accuracy and quality of delivery of service. "Proof-read translator's products to assure accuracy and quality of delivery of service. Translation/Interpretation Services shall be performed at the following facilities within VISN 16: SOUTH CENTRAL VA HEALTH CARE NETWORK (VISN 16) FACILITIES Central Arkansas Veterans Health Care System 4300 West 7th Street Little Rock, ARVeterans Health Care System Of The Ozarks 1100 North College Avenue Fayetteville, AR Alexandria VA Healthcare System 2495 Shreveport Hwy 71 Pineville, LAOverton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LASoutheast Louisiana Veterans Health Care System 1601 Perdido Street New Orleans, LA Gulf Coast Veterans Health Care System 400 Veterans Avenue Biloxi, MSG.V. Sonny Montgomery VA Medical Center 1500 E Woodrow Wilson Jackson, MS Anticipated Performance Period: The anticipated contract Period of Performance (POP) shall be from October 1, 2015, through September 30, 2016, with options for up to four (4) additional one year extension periods, to be exercised at the discretion of the Department of Veterans Affairs. Capability: List which facility your company can support (support of every facility in not required, as this is just to see capabilities coverage). Indicate if your firm can provide the required services as summarized herein. FACILITYSERVICESYESNO Central Arkansas Veterans Health Care SystemTranslation Services Interpretation Services Veterans Health Care System of the OzarksTranslation Services Interpretation Services Alexandria VA Healthcare SystemTranslation Services Interpretation Services Overton Brooks VA Medical CenterTranslation Services Interpretation Services Southeast Louisiana Veterans Health Care SystemTranslation Services Interpretation Services Gulf Coast Veterans Health Care SystemTranslation Services Interpretation Services G.V. Sonny Montgomery VA Medical CenterTranslation Services Interpretation Services Identify any portion of the work that can be subcontracted out (possible subcontracting opportunities):_________________________________________ _________________________________________ _________________________________________ Submittal of Interest: Interested and capable firms are requested to provide the above information as well as the following to the attention of the Contracting Officer identified herein. a)Company's name b)Company's address c)Company's point of contact d)Company's phone, fax, and email address e)Company's DUNS number and Cage Code f)Company's Tax ID Number g)Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS code 541930 h)Geographical location respondent is capable of servicing (from the locations listed above) i)Federal Supply Schedule number (if applicable) j)Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement stated in the Statement of Work (SOW); to include the following: (i) documentation showing conformance with Federal, State and/or local regulations (ii) documentation of prior completed Government contracts, references, and other related information. E-mail submissions will be acceptable at claude.humphey@va.gov. Submissions should be submitted no later than 3:00 p.m., Central Standard Time (CST) on July 30, 2015. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Questions: Requests for information regarding this RFI must be submitted to the Contracting Officer in writing (email is acceptable). Any interested offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing. All questions must be submitted in writing to: Claude Humphrey (claude.humphrey@va.gov) No Later Than, 3:00 p.m., Central Standard Time (CST) five (5) days before/prior to the Closing Date mentioned herein this Sources Sought. No phone responses will be accepted. NOTE: All questions must reference the RFI # and Description of the project in the Header or Opening Statement. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) website, located on at www.sam.gov. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Disclaimer: This purpose of this RFI is gain knowledge of potential qualified sources and their business size classification, and is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Synopsis Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential offeror's responsibility to monitor FedBizOpps and E-buy for release of any future solicitation that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please provide, under company/firm's letterhead, any comments and/or concerns you may have regarding this Sources Sought Announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/VA25615N0613/listing.html)
- Document(s)
- Attachment
- File Name: VA256-15-N-0613 VA256-15-N-0613.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2163543&FileName=VA256-15-N-0613-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2163543&FileName=VA256-15-N-0613-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-15-N-0613 VA256-15-N-0613.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2163543&FileName=VA256-15-N-0613-000.docx)
- Record
- SN03794393-W 20150715/150713234712-e26725c71c07b740bb844f307a4c294b (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 |