SOLICITATION NOTICE
R -- Sign Language Interpreter Services - Statement of Work - Clauses
- Notice Date
- 5/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A18R1071
- Archive Date
- 7/17/2018
- Point of Contact
- Trevor L. Park, Phone: 3604761362
- E-Mail Address
-
trevor.l.park1@navy.mil
(trevor.l.park1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR 52.212-5 Executive Orders FAR 52.212-2 Evaluation Factors Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. Solicitation # N4523A-18-R-1071 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) code for this work is 541930, with a Business Size Standard of $7,500,000.00. This NAICS is for Translation and Interpretation Services. The Product Service Code Class is R608. CLINS CLIN 0001 Interpreting Hearing Impaired Employees The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) has a requirement for Sign Language Interpreter Services to support a requirement for a commercial service Blanket Purchase Agreement. Delivery is FBO Destination, Navy Base Kitsap, Puget Sound Naval Shipyard, during The Period of Performance as follows: 03 August 2018 - 02 August 2019 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: 52.204-7 System for Award Management OCT 2016 52.204-2 Security Requirements AUG 1996 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.252-2 Clauses Incorporated by Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7009 Limitations on the Use or Disclosure of Third-Part Contractor Reported Cyber Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.246-7003 Notification of Potential Safety Issues JUN 2013 Additionally, each offeror must provide the following information with the proposal: 1. The Request for Quotes (RFP) number; 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Proposals that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Statement of Work. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via electronic means (e-mail) by 12:00 P.M. Pacific on July 02, 2018; any award resulting from this RFQ will be made based on the lowest price technically acceptable. Proposals must be submitted electronically via e-mail to: trevor.l.park1@navy.mil Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1071/listing.html)
- Record
- SN04936011-W 20180531/180529230630-9d6be5f79c7b3371fc3179a75d7c9dff (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 |