Federal Bid

Last Updated on 15 Apr 2011 at 8 AM
Combined Synopsis/Solicitation
Grants New mexico

On-Site Interpreting Services

Solicitation ID QSLCOWD11R0002
Posted Date 29 Mar 2011 at 12 PM
Archive Date 15 Apr 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Contracts Services
Agency Library Of Congress
Location Grants New mexico United states

03/29/2011 - The purpose for this modification is to change the contract type to a time and material type contract and amend sections B and M.

 

SECTION B - SUPPLIES/SERVICES AND PRICES/COSTS

This is a Time and Material type contract that will result from this solicitation pursuant to FAR 16.2.  The FAR clauses covering this contract are in Section I.

The period of performance for this contract will be one initial twelve (12) month period, with four (4) additional twelve (12) month option periods.  The exercising of options will be in accordance with FAR Clauses 52.217-9 Option to Extend the Terms of the Contract.  This anticipated period of performance for each year is provided below:

B.1      General

The Contractor shall provide all supplies and/or perform the services described in Section C., Statement of Work), at the Library of Congress, in accordance with the requirements of this Solicitation/Contract.

B.2      Pricing.

B.2.1  Offerors must quote prices for all supplies and/or services required during the base period, as well as for each option period, in order to be considered for award.  Partial pricing by an Offeror shall render the proposal non-responsive to the Library's requirements and the proposal shall not be considered for award. 

B.2.2  Unit prices quoted shall be inclusive of all the Offeror's direct costs (e.g., labor, maintenance, handling and transportation costs ), other direct costs (ODC's), indirect costs, and profit.  Offerors must include all costs associated with providing the services described in and required by the Solicitation/Contract. 

B.2.3  Offerors are cautioned that its price proposal may be rejected as non-responsive to the Solicitation/Contract requirements if it is materially unbalanced as to prices for the initial contract period or any option period.  A price proposal is considered to be materially unbalanced when it is based on prices that are significantly less than cost for some items/work and prices that are significantly overstated for other items/work.

B.2.4  The Library shall not be responsible for compensating Offerors for any costs tied to Solicitation/Contract requirements but not factored into the proposed prices, either by the Offeror's intention or by mistake.

B.3      Prices/Costs

The Offerors shall complete the Pricing Schedule/Pricing Table below or submit under separate cover pricing information for each line item for the base and option periods listed.  Offerors warrant that the prices in this proposal do not include any allowance for any contingency to cover increased costs for which economic adjustment is provided herewith.

 

B.4      SERVICES AND PRICING

CLIN

Description of Services for Base Year

Rate per Hour

001a

Regular Work Hours or Core Hours - Tuesday, Wednesday, and Thursday from 8:30 am-4:00 pm. per a twelve month period.

 

001b

Video Remote Interpreting (VRI) Note: external equipment software and hardware provided by contractor.

 

001c

The contractor must provide communication access designed to be used by and with individuals who are deaf or hard of hearing.

 

001d

Speech to text Computer Assisted Real Time (CART) Note: transcription equipment must be provided by contractor.

 

001e

Computer Assisted Note taking (CAN) Note: transcription equipment must be provided by contractor.

 

002

On-Call Rate during for Emergencies or additional personnel as the need arise during normal work hours Monday thru Fridays.

 

003a

Schedule Overtime Rate during after hours, holidays and weekends.

 

003b

Overtime for On-Call Emergencies or additional personnel as the need arise during after hours, on-call, holidays and weekends.

 

004

Contractor's Fee or Mark-up for equipment rental, materials used, etc.

%

CLIN

Description of Services for Option year One

Rate per Hour

005a

Regular Work Hours or Core Hours - Tuesday, Wednesday, and Thursday from 8:30 am-4:00 pm. per a twelve month period.

 

005b

Video Remote Interpreting (VRI) Note: external equipment software and hardware provided by contractor.

 

005c

The contractor must provide communication access designed to be used by and with individuals who are deaf or hard of hearing.

 

005d

Speech to text Computer Assisted Real Time (CART) Note: transcription equipment must be provided by contractor.

 

005e

Computer Assisted Note taking (CAN) Note: transcription equipment must be provided by contractor.

 

 

006

On-Call Rate during for Emergencies or additional personnel as the need arise during normal work hours Monday thru Fridays.

 

007a

Schedule Overtime Rate during after hours, holidays and weekends.

 

007b

Overtime for On-Call Emergencies or additional personnel as the need arise during after hours, on-call, holidays and weekends.

 

008

Contractor's Fee or Mark-up for equipment rental, materials used, etc.

%

CLIN

Description of Services for Option Year Two

Rate per Hour

009a

Regular Work Hours or Core Hours - Tuesday, Wednesday, and Thursday from 8:30 am-4:00 pm. per a twelve month period.

 

009b

Video Remote Interpreting (VRI) Note: external equipment software and hardware provided by contractor.

 

009c

The contractor must provide communication access designed to be used by and with individuals who are deaf or hard of hearing.

 

009d

Speech to text Computer Assisted Real Time (CART) Note: transcription equipment must be provided by contractor.

 

009e

Computer Assisted Note taking (CAN) Note: transcription equipment must be provided by contractor.

 

010

On-Call Rate during for Emergencies or additional personnel as the need arise during normal work hours Monday thru Fridays.

 

011a

Schedule Overtime Rate during after hours, holidays and weekends.

 

011b

Overtime for On-Call Emergencies or additional personnel as the need arise during after hours, on-call, holidays and weekends.

 

012

Contractor's Fee or Mark-up for equipment rental, materials used, etc.

%

CLIN

Description of Services for Option Year Three

Rate per Hour

013a

Regular Work Hours or Core Hours - Tuesday, Wednesday, and Thursday from 8:30 am-4:00 pm. per a twelve month period.

 

013b

Video Remote Interpreting (VRI) Note: external equipment software and hardware provided by contractor.

 

013c

The contractor must provide communication access designed to be used by and with individuals who are deaf or hard of hearing.

 

013d

Speech to text Computer Assisted Real Time (CART) Note: transcription equipment must be provided by contractor.

 

013e

Computer Assisted Note taking (CAN) Note: transcription equipment must be provided by contractor.

 

014

On-Call Rate during for Emergencies or additional personnel as the need arise during normal work hours Monday thru Fridays.

 

015

Schedule Overtime Rate during after hours, holidays and weekends.

 

015b

Overtime for On-Call Emergencies or additional personnel as the need arise during after hours, on-call, holidays and weekends.

 

016

Contractor's Fee or Mark-up for equipment rental, materials used, etc.

%

CLIN

Description of Services for Option Year Four

Rate per Hour

025a

Regular Work Hours or Core Hours - Tuesday, Wednesday, and Thursday from 8:30 am-4:00 pm. per a twelve month period.

 

025b

Video Remote Interpreting (VRI) Note: external equipment software and hardware provided by contractor.

 

025c

The contractor must provide communication access designed to be used by and with individuals who are deaf or hard of hearing.

 

025d

Speech to text Computer Assisted Real Time (CART) Note: transcription equipment must be provided by contractor.

 

025e

Computer Assisted Note taking (CAN) Note: transcription equipment must be provided by contractor.

 

026

On-Call Rate during for Emergencies or additional personnel as the need arise during normal work hours Monday thru Fridays.

 

027

Schedule Overtime Rate during after hours, holidays and weekends.

 

027a

Overtime for On-Call Emergencies or additional personnel as the need arise during after hours, on-call, holidays and weekends.

 

028

Contractor's Fee or Mark-up for equipment rental, materials used, etc.

%

End of Section B

 SECTION M-EVALUATION FACTORS FOR AWARD

 M.1.    METHOD OF AWARD

 

A.  Award will be based on the lowest priced quote that is technically acceptable.

B.   Award Without Discussions

In accordance with FAR 52.215-1, the Government has the option to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's proposal should contain the Offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.  The Government reserves the right to award to more than one vendor.

C.   Technical Acceptability:

1.       Meets all the LOC requirement/needs set forth in Section C, the Scope of Work and/or the Schedule B equipment/parts list.

2.   Determined to be responsible according to the standards of FAR Subpart 9.1.  The LOC reserves the right to conduct a Pre-award survey in accordance with FAR 9.106 to verify and determine that the Offeror has the facilities and equipment necessary to perform the contract.

3.   Complies with all applicable laws and regulations and agrees to terms and conditions set forth in the solicitation.

4.   Proposal is prepared according to instructions set forth in the solicitation and demonstrates the Offeror's capability to perform the scope of work required.

 

The contractor must provide documentation, which demonstrates his/her interpreters have the following certification, proficiency, competency, experience, and knowledge:

 

•§         Certification from either the National Interpreter Certification (NIC), Registry of Interpreters for the Deaf (RID), or National Association of the Deaf (NAD)

•§         Proficiency in signing American Sign Language

•§         Competency in the Code of Ethics of the National Registry of Interpreters for the Deaf, Inc. and professional standards in the field of American Sign Language interpreters and transliterators.

•§         Experience maintaining confidentiality.

•§         Experience in sign language interpreting in highly technical, academic, and research settings.

•§         Experience working in a large federal workplace setting that requires knowledge of facilities including buildings, public meeting rooms, conference rooms, processing areas; policies and procedures for health services, police services, safety and emergency evacuation services, research and information processes, visitor service programs, and labor unions practices.

•§         Experience scheduling requests for interpreting services.

•§         Experience and Past Performance

 Offerors shall provide evidence from at least three other agencies or organizations with similar needs as those of the Library of Congress.

The contractor shall provide examples of relevant past contracts (at least three examples within the last THREE years).  The description of the past capabilities and experiences must clearly demonstrate the performance of similar complexity and in similar services to those required in this solicitation.  To be considered for award, an offeror must show that he/she is a current established provider of the same type of similar professional interpreting services in a similar environment or industry as that of the Library of Congress.  These evidences of services must be clearly demonstrated with a history of successful performance.

If the offeror has provided these services for the Library of Congress within the last THREE years, than the offeror is required to submit the 'Vendors Past Performance Evaluation' form as one of the past performance references.

For each example, the offeror shall provide:

•1. contract/order number, agency/firm who placed order

•2. name and phone number of contracting officer/contact person

•3. quantity of services and delivered.

•4. the original schedule and the delivery performance (explain any significant delivery problems)

•5.       explain any problems that occurred or abnormal delivery of services issues)

M.2.    DESCRIPTION OF EVALUATION PROCESS, METHODOLOGY, AND TECHNIQUES TO BE USED:

 A.  Price Evaluation Method by CO

The LOC will examine the price proposals as prescribed in Sections 15.403 and 15.404 of the Federal Acquisition Regulation to ensure a fair and reasonable price.  The LOC will evaluate the overall evaluated price for each Offeror and determine which proposed prices are based upon the lowest priced that is technically acceptable.

 End of Section M

Bid Protests Not Available

Similar Past Bids

Grants New mexico 02 May 2016 at 6 PM
Location Unknown 16 Jan 2009 at 9 PM
Jacksonville Florida Not Specified
Location Unknown Not Specified
Pennsylvania Not Specified

Similar Opportunities

California 22 Jul 2025 at 11 PM
California 22 Jul 2025 at 11 PM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM