DOCUMENT
R -- Sign Language and Language Interpreting Services - Attachment
- Notice Date
- 8/2/2018
- Notice Type
- Attachment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26118Q9429
- Archive Date
- 9/1/2018
- Point of Contact
- Larry Facio
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contract Specialist. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 08/09/2018 by 4:00 p.m. (Pacific Time). Description of requirement and submittal requirements are as follows: Description: Government seeks contractor to provide Interpreting Services located at the VA Sierra Nevada Health Care System Reno. Contractor is to provide all labor, material, and equipment of perform Sign Language Interpretation and Language Translation and Interpretation to VA employees and patients. The services will be provided on an as-needed basis. SIGN LANGUAGE INTERPRETERS facilitate communication between people who are deaf or hard of hearing and people who can hear. Sign language interpreters must be fluent in English and in American Sign Language (ASL), which combines signing, finger spelling, and specific body language. May be required to specialize in other forms of interpreting for people who are deaf or hard of hearing. All sign language services must be done in person. Most services will be provided to employees for meetings, training sessions, conferences, etc., that can last anywhere from 1 hour to 4 hours in duration. The approximate time frame will be noted within the coordinated schedules. Other related healthcare services for patients and beneficiaries for sign language interpretations may be required that are not identified within this statement of work. LANGUAGE INTERPRETATION: Convert information from one spoken language into another. The goal of an interpreter is to have people hear the interpretation as if it were the original. Interpreters must usually be fluent speakers of both languages, because they communicate back and forth among the people who do not share a common language. In most cases, consecutive interpretation will be used. LANGUAGE TRANSLATION: Convert written materials from one language into another language. The goal of the translator is to have people read the translation as if it were the original. The translator must be able to write sentences that maintain or duplicate the structure and style of the original meaning while keeping the ideas and facts of the original meaning accurate. The translators must properly transmit any cultural references, including slang, and other expressions that do not translate literally. SPECIFICATIONS: The specifications of the interpretation and translations needs will be as followed: The audience and purpose will include mostly doctors, nurses, social workers, benefits/claims specialists, and other medical staff during patient consultations, appointments, or discharge instructions being communicated to family members who do not speak English. Other related healthcare services may require written translations and oral interpretations that are not identified within this statement of work. Method of language conversion may be done by phone or by electronic means of computer-assisted translation (CAT) or automated tools. For phone or any other electronic means, please provide detailed information of the system(s) in use, which has to be approved prior to contract award. Detailed monthly electronic statements will need to be provided for any identification number(s) or electronic system(s). This is for a Base Year Plus Four Option Years contract. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 541930 ($7.5 Million). 5. Provide a summary of the type of services performed and experience as it relates to Interpreting Services. 6. DUNS Number 7. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9429/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9429 36C26118Q9429.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523142&FileName=36C26118Q9429-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523142&FileName=36C26118Q9429-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9429 36C26118Q9429.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523142&FileName=36C26118Q9429-000.docx)
- Record
- SN05017651-W 20180804/180802231225-5708b2b1d46a5ec6b8dbd2df53d1b1f2 (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 |