Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2002 FBO #0230
SOLICITATION NOTICE

R -- SIGN LANGUAGE SERVICES

Notice Date
7/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RFQ948427
 
Response Due
7/26/2002
 
Archive Date
8/10/2002
 
Point of Contact
Linda Ruppert, Contract Specialist, Phone 304-625-2444, Fax 304-625-5391, - Linda Patterson, Contracting Officer, Phone 304-625-5537, Fax 304-625-5391,
 
E-Mail Address
lruppert@leo.gov, lpatters@leo.gov
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Quotation (RFQ #948427). (iii) This solicitation document and incorporated provisions and clauses are those in effect through the FEDERAL ACQUISITION CIRCULAR 2001-07. (iv) This solicitation is restricted to a set-aside for small business concerns. North American Industry Classification System Code is 541930 and the small business size standard is $5,000,000. A firm-fixed price labor hour purchase order will be issued as a result of this combined synopsis/solicitation. (v) The RFQ is for the following contract support services for the period of contract award through September 30, 2002, with option years of 2003, 2004 and 2005. Contractor support shall be for a minimum of 12 hours per year with a maximum of 125 hours per year. Contractor services include interpreting services (estimated at a four hour minimum) and travel. (vi) Contract Line Item Number (CLIN) 0001: Contract Support for Sign Language Interpreter/Reading Specialist (SLI/RS). The FBI intends to negotiate for the acquisition of contract support services to facilitate communication through the interpretation/transliteration of American Sign Language (ASL), Pidgin Signed English (PSE), and/or Signed Exact English (SEE) to speech and/or from speech to the necessary target language (i.e. ASL, PSE, SEE) as required by the CJIS Division's Information Technology Management Section, Contracting Officer's Technical Representative (COTR), or the FBI Contracting Officer (CO). Contractor shall be specifically responsible for bridging the communication and cultural gap between the deaf and/or hard-of-hearing and hearing employees in the workplace ensuring equal access of information in a timely fashion. Contractor shall be able to provide, on an as needed basis, at times with little prior notice, an SLI/RS who will interpret/tranSLI/RSteration American Sign Language (ASL), Pidgin Signed English (PSE), and/or Signed Exact English (SEE) to speech and/or from speech to the necessary target language (i.e.; ASL, PSE, SEE). Contractor SLI/RSs working with the FBI are bound by the Registry of SLI/RSs for the Deaf (RID) Code of Ethics and must adhere to the FBI policy for Sign Language SLI/RSs. Contractor shall have comprehensive knowledge of the use of the English vocabulary and knowledge of grammar, syntax and vocabulary of ASL, in order to facilitate and enhance instruction of the foreign language to hearing personnel of the FBI. Contractor shall arrive a minimum of thirty minutes before assignment time to assist in the process of being cleared by security personnel to the facility and allow the contractor to gather any additional necessary information to be more effective in the interpretation services. This includes meeting the instructor, presenter, deaf client, and any other necessary parties. Contractor shall be responsible for interpreting for deaf and/or hard of hearing persons in order that they may fully contribute to and benefit from all aspects of the employment situation in a variety of settings. These settings may include: legal settings/hearings, staff meetings, Bureau meetings, press conferences, EEO complaint or personnel grievance processes, special agency programs, personnel interviews, briefings, and meetings with disabled constituency groups. Contractor shall become familiar with FBI/CJIS acronyms, as well as technical terminology including highly sensitive information, as required. Contractor shall have a minimum of three years of SLI/RS experience and preferably be certified by the National Association of the Deaf (Level III-V) and/or the Registry of SLI/RSs for the Deaf Certificate of TranSLI/RSteration and/or Certificate of Interpretation. Excellent spoken English communication skills as well as strong receptive skills are required. Depending upon the complexity of the material, the Contractor SLI/RS shall interpret for no more than one hour without a break. Any assignment longer than two hours of continuous interpreting will require a team SLI/RS. Following each contract activity, the contractor shall provide the COTR with a report of said activity on the first day of each month following the activity. The report shall include the name of the SLI/RS, the nature, and beginning and ending times of each interpreting assignment provided. Contractor shall be required to provide interpreting services at any time period within a 24-hour day. Contractor shall travel when authorized in advance by the COTR or the CO. All travel shall be in accordance with the Federal Joint Travel Regulations. Contractor shall be a citizen of the United States. Contractor shall execute non-disclosure agreements for all information within the FBI Complex, including information not directly related to the contracted effort. Contractor shall provide a contingency plan for immediate substitution if the scheduled SLI/RS does not report for duty and/or must leave prior to the completion of the assigned time; CLIN 0002: Travel. (vii) Delivery shall be at time specified at each assignment and shall be performed on-site at the CJIS Division, West Virginia Complex, 1000 Custer Hollow Road, Clarksburg, WV 26306 or other site as directed by the Government. The contractor will be required, on occasion, to travel on a nationwide basis to perform interpreting services, to be at the discretion of the individual who will be identified on the delivery order; (viii) FAR 52.212-1, Instructions to Offerors?Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-1 Para. (B) Submission of offers. Submit signed and dated offers by close of business July 26, 2002 to the Federal Bureau of Investigation, ITCU, Attn: Linda L. Ruppert, Module B-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (ix) FAR 52.212-2, Evaluation--Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-2 Para. (A) The following factors, in descending order of importance, shall be used to evaluate offers: ability to meet the FBI requirement, price, delivery and past performance. For past performance evaluation, offerors shall provide the name(s), address(es), and telephone number(s) of any customer(s) that have utilized the offeror's services for the same or similar item during the past two years. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with offer. Offers shall ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. For a complete list of Representations and Certifications, please refer to the FAR or contact Linda L. Ruppert at 304-625-2444. (xi) FAR 52.212-4, Contract Terms and Conditions--Commercial Items, is incorporated by reference and applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following provisions also apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C 2402); FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act North American Free Trade Agreement Israeli Trade Act Balance of Payment Program: and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. (xiii) N/A (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: N/A. (xvi) Submit one copy of signed and dated offer by close of business July 26, 2002 to the Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Linda L. Ruppert, Module B-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Linda L. Ruppert, 304-625-2444.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ948427/listing.html)
 
Place of Performance
Address: Federal Bureau of Investigation 1000 Custer Hollow Road Clarksburg, WV
Zip Code: 26306
Country: USA
 
Record
SN00120995-F 20020720/020718222154 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.