This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. The Internal Revenue Service (IRS) at the Kansas City, MO, Submission Processing Office has a requirement for sign language interpreting services. The closing date for price quotes is close of business 3/30/2009. The solicitation number is TIRMS-09-Q-00035 and is issued as a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of 100 employees. This requirement is 100% Small Business set-aside and only qualified offerors may submit a quote. The Evaluation Factor is based on hourly rate only. The following contract line item numbers (CLIN)s are specified as follows:
CLIN 0001: One(1) Sign Language Interpreter using ASL for Compliance/ACSS Training for the dates: 4/6, 4/8, 4/13, 4/15/, 4/17, 4/20, 4/22, 4/24, 4/27, 4/29, 5/1, 5/4, 5/6, 5/8, 5/11, 5/13, 5/15, 5/27, 5/29, 6/1, 6/3, 6/5, 6/8, 6/9, 6/10, 6/11, 6/12, 6/15, 6/16, 6/17, 6/18, 6/19/2009. An IRS interpreter will provide co-interpreting services.
CLIN 0002: Two(2) Sign Language Interpreters using ASL for Compliance/ACSS Training for the dates: 4/7, 4/9, 4/10, 4/14, 4/16, 4/21, 4/23, 4/28, 4/30, 5/5, 5/7, 5/12, 5/14, 5/18, 5/19, 5/20, 5/21, 5/22, 5/26, 5/28, 6/2, 6/4/2009.
CLIN 0003: Provide an additional interpreter in the event the IRS interpreter is not able to co-interpret under CLIN 0001.
The sign language interpreter(s) services specified in this solicitation shall be required from April 6, 2009 through June 19, 2009, 6:00 a.m. through 2:30 p.m. with 30 minutes for lunch which equals 8 hours per day at the IRS Pershing Building, 333 W. Pershing Road, Kansas City, MO 64108. All FAR Clauses and provisions may be read electronically at http://acqnet.gov/far. Offerors shall complete the Certification of Nondisclosure and shall include a completed copy of the provision 52.212-3, Offerors Representations and Certifications Commercial Items, completed and signed Form 1449, and provide hourly rate pricing for all CLINs listed above with their offers. The following clauses and/or provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors â Commercial, FAR 52.212-4, Contract Terms and Conditions, Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders â Commercial Items as applicable, 52.204-7, Central Contractor Registration, 52.212-2, Evaluation of Offerors (Evaluation factor is based on hourly rate pricing), 52.239-1, Privacy or Security Safeguards. Local Clauses: 1052.224-9002, Disclosure of Information â Inspection, 1052.224-9000(a), Disclosure of Information â Safeguards, 1052.224-9000(b), Disclosure of Information â Safeguards, 1052.224-9000(d), Disclosure of âOfficial Use Only: Information â Safeguardsâ, 1052.224-9001(a), Disclosure of Information â Criminal/Civil Sanctions, 1052.224-9001(b), Disclosure of Information â Official Use Only. Offers shall be submitted via fax to 972-308-1928, Attention: Mary Jo Holloway or via email to
[email protected] by the closing date and time for this solicitation. No phone inquiries will be accepted. All offerors shall be registered in the Central Contractor Registration (CCR) by 3/27/2009 to be eligible for award.
Bid Protests Not Available