|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 99 -- TRANSLATION & TRANSCRIPTION IN ENGLISH/SPANISH TO ENGLISH SOL
IFB355-004-00 DUE 012600 POC Elisa Cruz (787) 641-2948/49 This is a
combined synopsis/solicitation for Commercial Items prepared in
accordance with the format Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; bids are being requested and a
written solicitation will not be issued. The solicitation is issued as
an Invitation for Bid (IFB). Solicitation number IFB355-004-00. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-14. This procurement
is a Small Business Set-Aside. SIC (Standard Industrial Classification
Code) 7389 is applied, business size standard is $3.5M. SCOPE: The
Department of Veterans Affairs, VA Medical Center (VAMC), San Juan, PR,
has the requirement to perform transcription of cassettes in
English/Spanish to English and translation of documents in Spanish to
English of administrative hearings from veterans appeal cases of the
Veterans Affairs Regional Office (VARO) in Puerto Rico, the Board of
Veterans Appeals in Washington, DC and Veterans Administration Medical
Center (VAMC), San Juan, Puerto Rico. The contract will be for one (1)
base year and four (4) option years. This is a requirement contract
firm- fixed price. BASE YEAR (2/1/00 TO 9/30/00) 1001.
Transcription/Translation (Cassettes) English/Spanish to English:
Estimated quantity pages 3,600 per year. Cost per page $______. 1002.
Translation (documents) Spanish to English: Estimated quantity pages
per year 3,600. Cost per page $______. NOTE: Option line items are the
same as described in the base year listed above. Offeror shall submit
pricing for BASE YEAR (2/1/00 to 9/30/00) L/I # 1001 through 1002 and
for each option year on a separate sheet as follows: OPTION YEAR I:
(10/1/00 to 9/30/01) L/I # 2001 through 2002. OPTION YEAR II: (10/1/01
to 9/30/02) L/I # 3001 through 3002. OPTION YEAR III: (10/1/01 to
9/30/02) L/I # 4001 through 4002. OPTION YEAR IV: (10/1/02 to 9/30/03)
L/I # 5001 through 5002. Contractor shall provide all personnel,
space, materials, and equipment necessary to perform transcription of
cassettes in English/Spanish to English and translation of documents in
Spanish to English. Prices and billing shall be based on 12 Pitch;
Elite typed page. ESTIMATED QUANTITY. The quantities listed herein are
estimates only. The Government is not obligated to any specified
amount of services, but shall be obligated to provide payment for all
services requested and received in acceptable condition, and of the
quality and quantity as requested. PERSONNEL QUALIFICATIONS: Offeror
personal shall have skill of a fully qualified typist (70/80-WPM), to
operate dictation and transcription equipment, PC or word processor
along with their corresponding printers. Knowledge of both Spanish and
English languages and medical and legal terminology to be able to
translate and transcribe accurately from one languages to the other
regardless of the complexity of the terminology or level of
pronunciation to translate and transcribe in very accurate manner such
material. Knowledge of grammar, spelling, capitalization, punctuation
and medical and legal guidelines needed to transcribe and translate a
variety of material accurately from voice recordings. TYPE OF MATERIAL
FOR TRANSCRIPTION/ TRANSLATION: The type of material for transcription
shall include veterans appeals cases in English and Spanish (including
dialects and accents) containing legal and medical terminology. Type of
material for translation shall include documents, printed and
handwritten material, legal, medical, letters, and other miscellaneous
documents (i.e., birth certificates, death certificates, claims for
burial expenses). FORMAT: Transcribed recordings and translated
documents shall be of the highest quality:[a] Paper (Good quality white
bond paper), [b] Paper Size (8-1/2" x 11"), [c] Typing Font (12 Pitch,
Elite), [d] Margins (Left .5" / Right .5"), [e] Line Spacing (Double
Spaced), [f] Text Alignment (Left Justification), [g] Translation of
documents shall follow the format on the original document in Spanish.
[h] Abbreviation: the following will be abbreviated: Chairperson to
read as "Hearing Officer" and abbreviated as "CHP"; Representative
abbreviated as "REP"; witness abbreviated as "WIT'; and veterans
abbreviated as "VET". [I] Page number: shall be identified on the top
of page flush with the reference of veterans name on each continuation
page. CASSETTES: Transcription/translation of one or two sixty (60)
minute standard size cassettes recorded on one or both sides in English
and/or Spanish per case of veterans appeals hearing. DOCUMENTS:
Translation from Spanish to English printed and handwritten letters,
legal, medical, and miscellaneous documents. Work will be mailed and/or
delivered by the most expeditious method agreed by the parties after
contract award herein VARO and Contractor, from VARO in Puerto Rico and
Department of Veterans Affairs Central Office, Board of Appeals, in
Washington, DC. It is determined that a standard page consists of an
average of 250 words. Contractor pricing will be based on an average
word count stated and payment of services for each individual page.
Document contents is based on general and technical information as
prescribed. VARO shall prioritize and mark the cassettes/documents
either "Regular" (Response Time: 5 working days) or "Priority"
(Response Time: 3 working days). Contractor shall make every effort to
transcribe the complete recorded and translate documents. Translated
document showing official seals, stamps, etc., shall be referenced as
a footnote in lieu of the original seal, stamp, etc. Where the
recording is non-intelligible or the document is illegible or
non-decipherable the word "non intelligible", illegible, or
non-decipherable may be inserted where necessary. Translator's notes
may be shown as footnotes on transcription/translation, if deemed
necessary for explanatory reasons, but such notes must be extraneous to
the matter. The Contractor shall maintain a procedure, which provides
for screening and/or proofreading for accuracy and uniformity in
terminology and format. Strikeovers, poor erasures or irrelevant
remarks will not be allowed. Any transcriptions and/or translated
documents requiring correction or are unacceptable to VARO or the Board
of Appeals shall be returned to the Contractor who shall correct and
return the corrected transcription and/or translated documents to VARO
within THREE (3) working days at no additional cost to the Government.
All original cassettes, documents, printed and handwritten material,
legal, medical, letters, and other miscellaneous documents (i.e., birth
certificates, death certificates, claims for burial expenses) are
considered the property of the Government and are required to be
returned to VARO and Board of Appeals, respectively. Contractor shall
not retain any copies of cassettes and/or documents for their own use
and/or files. The Contracting Officer's Technical Representative
(COTR), VARO, will review transcriptions and translations for quality.
MARKINGS: Pages of transcribed/translated text shall be marked as
follow: BOTTOM/RIGHT-HAND CORNER: If the veteran's name and reference
number appear in the Spanish language documents (for translation),
translator must type the words "IN RE" (meaning: " in regard to")
Example: IN RE: SMITH, JOHN. BOTTOM/RIGHT-HAND SIDE OF LAST SHEET: Type
the contract number, name of the language translated from, the number
of words (for billing purposes), and translator's initials. SERVICE
HOURS AND RESPONSE: Government Regular Working Hours: Regular working
hours will be Monday through Friday, 8:00AM to 4:30PM except for
Federal Holidays: (New Year's Day January 1); (Martin Luther King's
Birthday 3rd Monday in January); (Washington's Birthday 3rd Monday in
February); (Memorial Day Last Monday in May); (Independence Day July
4); (Labor Day 1st Monday in September); (Columbus Day 2nd Monday in
October); (Veteran's Day November 11); (Thanksgiving Day 4th Thursday
in November); (Christmas Day December 25). Or any other day declared a
national holiday by the President of the United States. REGULAR
(NON-PRIORITY) WORK: All material (translated/transcribed) shall be
accompanied by VA Form 3-2801 and shall be returned within five (5)
working days from date of receipt by the on Contractor to the VARO and
Board of Appeals, respectively. PRIORITY WORK: All material
(translated/transcribed) shall be accompanied by VA Form 3-2801 and
shall be returned within three (3) working days from date of receipt by
the Contractor to the VARO and Board of Appeals, respectively. VA FORM
3-2801 "REQUEST FOR TRANSLATION IN TO ENGLISH": VA Form 3-2801 shall
accompany each cassette and document for transcription/translation or
correction. The form shall show, as a minimum: [a] Veteran's names; [b]
VA identifying file number; [c] Number of cassettes recorded in each
hearing and documents in Spanish. Contractor shall complete and return
VA Form 3-2801 accompanied by original cassette documents, transcribed
cassettes, and translated documents to VARO or Board of Appeals,
respectively. When a cassette and/or document cannot be
transcribed/translated because it is non-decipherable or illegible, the
Contractor shall complete and return VA Form 3-2801(indicating the
reason why it cannot be transcribed/translated) accompanied by original
cassettes and documents to VARO or Board of Appeals within THREE (3)
working days. Contractor shall retain a copy of VA Form 3-2801 for his
files. Under no circumstances is the Contractor to erase a cassette
and/or mark, mar or in any way alter the original cassettes and/or
documents. Contractor shall ensure the confidentiality of all veteran
information and will be held liable in the event of breach of
confidentiality Contractor shall ensure the confidentiality of all
veteran information and will be held liable in the event of breach of
confidentiality. The Contractor shall comply with provisions of the
Federal Privacy Act of 1974 (Public Law 93-579), Clause 52.224-1,
Privacy Act (APR 1984) and as well other statutes regarding
confidentiality of patient information. MAILING FROMVARO (San Juan,
Puerto Rico) TO CONTRACTOR: Every Tuesday and Thursday VARO will mail
via Certified Mail or Express Mail (mailing costs paid by the
Government) to the Contractor VA Form 3-2801 accompanied by original
cassettes and copies of documents. Whenever Tuesday and/or Thursday are
a Federal Holiday, it will be mailed the next working day. MAILING FROM
BOARD OF APPEALS (WASHINGTON DC) TO CONTRACTOR: As required, the Board
of Appeals (Washington, DC) will mail via Certified Mail or Express
Mail (mailing costs paid by the Government) to the Contractor VA Form
3-2801 accompanied by original cassettes and copies of documents.
MAILING FROM CONTRACTOR TO VARO: Return-mailing addresses for
transcribed cassettes and translated documents received from VARO
(accompanied by VA Form 3-2801, original cassettes and documents):VA
REGIONAL OFFICE, ATTN: CHIEF, ADMINISTRATIVE SERVICE, (FOB/ADM/355/023)
Room 270, GPO BOX 364867, SAN JUAN, PUERTO RICO 00936-4867. MAILING
FROM CONTRACTOR TO BOARD OF APPEALS: Return-mailing address for
transcribed cassettes and translated documents received from Board of
Veterans Appeals (accompanied by VA Form 3-2801, original cassettes and
documents): DEPARTMENT OF VETERANS AFFAIRS, CENTRAL OFFICE, BOARD OF
APPEALS, 810 VERMONT AVENUE, NW WASHINGTON, DC 20420. Contractor shall
pay all return mailing costs to VARO in Puerto Rico and Board of
Appeals in Washington, DC. INSPECTION OF OFFEROR'S FACILITIES: VARO
reserves the right to inspect and investigate the establishment and
facilities and other qualifications of any offeror and to reject an
offer regardless of price, if it should be administratively determined
to be lacking in any of the essentials necessary to ensure acceptable
standards of performance. MANAGEMENT: The Contractor shall manage the
total work effort associated with the contract services required to
assure fully adequate and timely completion of these services. Included
in this function will be a full range of management duties including,
but not limited to, planning, scheduling, report preparation,
establishing and maintaining records, and quality control. The
Contractor shall provide an adequate staff of personnel with the
necessary management expertise to assure the performance of the work in
accordance with sound and efficient management practices. WORK CONTROL:
The Contractor shall implement all necessary scheduling and
personnel/equipment control procedures to ensure timely accomplishment
of all services requirements. CONTRACT ADMINISTRATION DATA: At no time
shall any understanding or agreement, cntract modification, change
order, or other matters in deviation from the terms of this contract
between the Contractor and a person other than the Contracting Officer,
be effective of binding upon the Government. All such actions must be
formalized by the proper contractual document executed by the
Contracting Officer. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE
(COTR): Prior to contract award, the Contracting Officer will designate
a VARO employee as COTR. No other person(s) shall be authorized to act
as COTR of the VARO under this contract. INVOICING PROCEDURES:
Contractor shall properly execute separate invoices for cassette
transcription/translation documents from VARO and Board of Appeals.
Contractor shall submit a properly prepared invoice, provided. At a
minimum, Contractor's invoice will contain the following: date of
service, contract number, purchase order number, contract prices,
quantity (total number of words and/or documents
transcribed/translated, payment terms, remittance address, patient's
name (last name, first initial, patient's identification number, if
provided by VARO/Board of Appeals. Payment shall be made monthly in
arrears upon certification by the COTR as to the accuracy and
completeness of the services. Contract shall submit invoices to: VA
Regional Office, Administration Division (FOB/355-023), GPO BOX 364867,
San Juan, Puerto Rico 00936. When the service covered by this contract
is discontinued, the VA shall terminate that portion of the contract
upon thirty- (30) days written notice to the Contractor. BIDDER'S
QUALIFICATION: Bidder is required to submit sufficient evidence that
they have adequate equipment, facilities, personnel and that they have
also all the necessary experience to establish responsibility and
integrity to meet the requirement of this contract. Any offer from a
bidder who does not have adequate experience, personnel, equipment and
facilities, in the opinion of the Contracting Officer, will be
rejected. Offeror shall submit evidence by certificate from an approved
college based course of study and/or any documentation of length of
experience working on the required job, evidence of the organization's
qualifications, experience and achievements, past and present.
Bidder's shall provide at least three (3) companies name including type
of contract, cost of contract and brief description of the work
performed, the geographic location of the office performing the work,
point of contact, and telephone number. The Government will evaluate
bids inresponse to this solicitation without discussions. After are
publicly opened, and award will be made with reasonable to that
responsible bidder whose bid, conforming to the invitation for bids,
will be most advantageous to the Government, considering only price and
the price-related factors included in the invitation. Award may be
without any written or oral discussions with any bidders. The
Government may make multiple awards for the services listed in the
contract to those responsible offerors whose offers, conform to the
specification and qualifications required. Final selection will be
determined by the lower bid price that meet all the bidder's and
personnel qualifications. COMPETENCY REQUIREMENTS: The contractor shall
comply with Join Commission Accreditation of Health Care Organizations
(JCAHO) requirements. In compliance with JCAHO requirement the
Contractor shall provided written confirmation that employees are
competent to perform the task assigned on this contract. This written
confirmation shall specify in which areas each contract employees are
competent. The full text of a clause may be accessed electronically at
these addresses: www.arnet.gov/far or www.pronet.sba.gov/ or will be
provided by the CO upon request. The following provisions and clauses
are applicable and are hereby incorporated into the solicitation by
reference. Offeror shall submit a completed copy of provision specified
herein as part of the bid package. The provision 52.212-1 Instructions
of Offerors, Commercial Items (NOV 1999), applies to this acquisition.
Addendum to FAR 52.212-1 as follows, MAIL INSTRUCTIONS OF BID: Bid are
requested in writing and shall be submitted to the following address:
FED EX: When using FED EX as a source to send your Bid, you shall use
zip code 00927 instead of 00921. VA Medical Center, Contracting Office
(BO-3), 10 Casia Street, San Juan PR 00927. REGULAR MAIL/UPS: All
regular mail and UPS will maintain the 00921 Zip code. 52.214-1
Solicitation Definitions Sealed Bidding (Jul 1987), 52.214-3 Amendments
to Invitations for Bids (Dec 1989), 52.214-4 False Statements in Bids
(Apr 1984), 52.214-5 Submission of Bids (Mar 1997), 52.214-6
Explanation to Prospective Bidders (Apr 1984), 52.214-7 Late
Submissions, Modifications, and Withdrawals Of Bids. (May 1997),
52.214-34 Submission of Offers in the English Language (Apr 1991),
52.214-35 Submission of Offers In U.S. Currency (Apr 1991), 852.214-70
Caution to Bidders Bid Envelopes (Apr 1984). The bidder's shall
include a completed copy of the provision at 52.212-3 Offeror
Representations and Certifications Commercial Items. The provision
52.212-4 Contract Terms and Conditions Commercial Items (MAY 1999)
applies to this acquisition. Addendum to FAR 52.212-4 as follows,
52.216-21 Requirements (Oct 1995), 52.216-18 Ordering (Oct 1995),
852.216-70 Estimated Quantities for Requirements Contracts. (Apr 1984),
52.216-19 Order Limitations (Oct 1995), 52.232-18 Availability of Funds
(Apr 1984), 52.232-19 Availability of Funds for The Next Fiscal Year
(Apr 1984), 52.217-8 Option to Extend Services (Aug 1989), 52.217-9
Option to Extend the Term of the Contract (Mar 1989), 52.204-4
Printing/Copying Double-Sided On Recycled Paper (Jun 1996), 52.222-1
Notice to the Government Of Labor Disputes (Feb 1997), 52.224-1 Privacy
Act Notification (Apr 1984), 52.224-2 Privacy Act (Apr 1984), 52.219-16
Liquidated Damages Subcontracting Plan (Jan 1999), 52.242-13 Bankruptcy
(Jul 1995), 852.270-4 Commercial Advertising (Nov 1984), 52.239-1
Privacy or Security Safeguards (Aug 1996), 52.208-9 Contractor use of
Mandatory Sources of Supply (Mar 1996). The provision 52.212-5 Contract
Terms and Conditions required to Implement Statutes or Executive Orders
Commercial Items applicable clauses (52.203-6, 52.219-4, 52.219-8,
52.219-9, 52.219-14, 52.219-23, 52.222-21, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.232-34, 52.222-41, 52.222-42,
52.222-43, 52.222-44, 52.222-47). Bids shall be submitted not later
than 3:00pm local time on January 26, 2000. The bid envelope shall
contain on the bottom left side solicitation number, date opening &
time, and bid title. Posted 01/14/00 (W-SN416408). (0014) Loren Data Corp. http://www.ld.com (SYN# 0283 20000119\99-0003.SOL)
99 - Miscellaneous Index Page
|
|