This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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. This is a Request for Proposal (RFP) and the solicitation number is SP3100-08-T-0053.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-23 effective 25 Jan. 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080124 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-02. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.
This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 541930 and the small business size standard is $6.5 million.
The period of performance will be for one year.
SCHEDULE OF SUPPLIES/SERVICES
PERIOD OF PERFORMANCE - March 1, 2008 through February 28, 2009
CLIN 0001 - Contractor shall provide interpreter services on an as needed basis for approximately 3 - 4 organizations at the Defense Distribution Depot Susquehanna and the Defense Distribution Center in New Cumberland, PA and Mechanicsburg, PA to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English.
Estimate 400 normal business hours at $__________ per hour = $__________ estimated total.
Estimate 40 after hours at $__________ per hour = $__________ estimated total.
The requirement consists of the following:
The Contractor shall provide interpreter services on an as needed basis for approximately 3 - 4 organizations for various meetings, training, etc. (approx. 2 - 3 different regularly scheduled meetings and approx. 3 - 5 other type meetings a month), at the Defense Distribution Depot Susquehanna and the Defense Distribution Center in New Cumberland, PA and Mechanicsburg, PA to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English.
Contractor shall receive and book each assignment after consultation with the Government Point of Contact (POC). Appointments may be arranged and confirmed via phone or email. Additional interpreters are permitted, after consulting with the Government POC, when the length of the appointment is such that a single interpreter cannot provide adequate service without frequent or lengthy breaks. The number of additional interpreters will be kept to the minimum necessary to provide good service. Interpreters shall be currently certified by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Pennsylvanias Directory of Qualified Interpreters and must comply with the PA ACT 57 law. Contractor interpreters shall have, at a minimum, a Proficiency Level of III, unless the nature of the assignment requires a higher level. Contractor shall have a working knowledge of and daily access to email and the internet.
Interpreter services shall be coordinated at least 72 business hours in advance, Monday through Friday (7:30 AM - 4:00 PM). If, however, the Government should require interpreters with less than 72 hours notice, the Contractor shall attempt to provide an interpreter, but the Government understands that the Contractor may not always be able to comply with such a request. Services may be cancelled not less than 48 business hours in advance Monday through Friday, with no penalty or charges for cancelled services. If the Contractor is not notified of a cancellation 48 hours prior to the scheduled assignment, the Contractor may invoice for the number of hours scheduled for the assignment. If a Sign Language Interpreter appears for an assignment and the necessary parties fail to appear within 30 minutes, the interpreter may leave and invoice for the minimum number of hours allowed per assignment. Appointments outside normal business hours shall be charged at the overtime rate. If the Contractor cannot attend a scheduled event, 48 hours notice shall be given. The Government shall not incur any charges and the event will be rescheduled. For kept appointments, chargeable time shall begin at the designated appointment time and end when contractor is released by the person who requested services. The Government shall only pay for interpreters providing service, and no one else.
Confidentiality: All work is to be performed by competent personnel, experienced and qualified to provide interpreter services. Sign Language Interpreters shall keep all assignment-related information strictly confidential.
Billing: Contractor shall submit monthly invoices for actual hours worked, to the Government POC. Invoices shall indicate the Government POC who requested the service.
Security Requirements: The Contractor or authorized reprehensive shall submit to the Government POC a roster of names of all employees who will be engaged in work at J-6U. The roster shall contain the following information about each individual:
1. Name (last, first, middle initial), aliases
2. Status (type of employment)
3. Name of Company
4. Office phone number
5. Home address
6. Date of Birth
7. Weight, height, color of hair and eyes
8. Length of anticipated employment
9. Citizenship
In addition to the above, the Contractor and any employee shall provide the make, model, vehicle identification number (VIN), license plate, valid drivers license, vehicle registration, current state vehicle inspection receipt, and insurance policy number to obtain either a temporary permit or DoD decal for access to the installation. DDSP's Pass Office is extremely busy. Not having all of these documents will cause a lengthy delay.
The prompt submission of this information will keep to a minimum any delay and inconvenience to the Contractor and employees in performance of the contract. The information will be used for accomplishment of the DLA Form 1486, Application for Civilian Identification, to be completed by the DDSP Site Security Officer.
Contractor employees must bring personal identification, including a valid state issued drivers' license, and all completed forms to the DDSP Site Security Officer for badge photograph and identification when notified by the Government POC.
The Contractor and employees shall comply with all security requirements imposed by the installation commander at all times while on the installation. Contractor personnel involved in civil crimes and/or other incidents of misconduct may be restricted entry to onto the installation. The Contractor is responsible for insuring the badges are returned the same day of employee termination or contract completion.
FAR 52.212-1 Instructions to Offers - Commercial Items applies to this acquisition.
Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers and (h) multiple awards.
FAR 52.215-5 Facsimile Proposals
FAR 52.216-1 Type of Contract
The Government contemplates award of a labor hour contract resulting from this solicitation.
DLAD 52.233-9000 Agency Protests
DLAD 52.233-9001 - Disputes; Agreement to Use Alternative Dispute Resolution
OFFER SUBMISSION INSTRUCTIONS - Proposal must include the following items. Submission of a proposal that does not contain all items requested below may result in elimination from consideration for award.
1. The contractor's technical proposal shall include a list of key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Pennsylvania's Directory of qualified Interpreters.
2. The contractor's past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contact (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied.
3. Proposals may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code; (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation.
4. Contractors are required to include a copy of the FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 - Offeror Representation and Certification - Commercial Items with its proposal or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal may result in elimination from consideration for award
FAR 52-212-2 Evaluation - Commercial Items
(a) The Government intends to award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. Proposals shall be evaluated only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following two (2) non-cost factors shall be used to evaluate proposals: Factor 1 - Technical capability and Factor 2 - Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If a proposal has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror's past performance history is satisfactory. An offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory past performance history will then that its proposal evaluated for the lowest price.
Factor 1 - Technical capability - The minimum criteria for acceptably for this factor shall be the submission a list of key personnel and their current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Virginia's Directory of qualified Interpreters.
Factor 2 - Past Performance - By past performance the Government means the offerors record of conforming to the solicitation specifications and to standards of good workmanship; the offerors adherence to contract schedules, including the administrative aspects of performance; the offerors reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offerors business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In evaluating an offerors past performance record, the Government will consider information in the offerors proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms and former subcontractors; and others who may have useful information. The information provided should reflect similar contracts for the same or similar type products
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items applies to this acquisition. Addenda to FAR 52.212-4:
Alt 1 (Feb 2007) applies with the following fill ins:
Paragraph (i)(1)(ii)(D)(1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct cists (e.g., travel, computer usage charges, etc. Insert None if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert None.] _______________NONE____________________.
Paragraph (i)(1)(ii)(D)(1) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert $0 if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert None.]___________NONE____________.
FAR 52.217-8 Option to Extend Services
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (b) the following clause applies to this acquisition to include the following clauses:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-14 Limitations on Subcontracting
FAR 52.222-3 Convict Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
FAR 52.222-41 Service Contract Act
FAR 52.222-42 Statement of Equivalent Rates for Federal hires
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage - Fringe Benefits
Interpreter (Sign Language) - GS09 $18.60
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:
FAR 52.203-3 Gratuities
DFARS 252.225-7012 Preference for Certain Domestic Commodities
DFARS 252.243-7002 Request for Equitable Adjustment
DFARS 252.247-7023 Transportation of Supplies by Sea
The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 1988-0742, Revision No. 18, dated 05/29/2007 is applicable to this solicitation.
Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to
[email protected]. All quotes must be received by FEBRUARY 22, 2008 AT 3:30 PM EST to be considered for award.
Bid Protests Not Available