Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2003 FBO #0605
MODIFICATION

99 -- Sign Language Interpreter Services

Notice Date
7/25/2003
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST), OST Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-04-R-00003
 
Response Due
7/31/2003
 
Archive Date
8/15/2003
 
Point of Contact
Sherrill King, Contracting Officer, Phone 202-366-9278, Fax 202-366-9848,
 
E-Mail Address
sherrill.king@ost.dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE CLOSING DATE REMAINS UNCHANGED. QUESTIONS AND ANSWERS: 1. Reference page 1.b. of Proposal Instructions. The Instructions include the following language. "Please note that there are no provisions for acceptance of late offers sent by overnight courier service (except by U.S. Postal Service Mail), regardless of the date of mailing." We assume that DOT will accept overnight courier deliveries of the proposal made if received on or prior to the proposal due date. Is this correct? If so, should we consider this to be 12 hours of interpreters on site on Mondays? This same question would be applicable to the other days of the week. The Government will except any timely proposal from whichever mail courier the offeror selects. The government does not understand the second portion of the question and therefore can not respond. 2. Reference page 5 of the solicitation, Description of Policies with Regard to Cancellation of Service or Requests for Additional on Call Interpreters. Is the offeror to include responses to these requests for policies in the proposal or is this to be provided after contract award? If it is to be included in the proposal, in which volume should the responses be included? If this is to be included in the Technical Volume, do the responses count against the 10-page maximum page limit? Because the questions request cost information, we assume that the responses would be included in the Cost/Price volume. If the offeror has a Cancellation Policy they should include it in their proposal. They do not have to have a policy but there will be times when cancellations will occur and we will not want to pay for services we don't received. If they have an hourly limit prior to services be delivered, they should state it. Policy itself should be addressed in the Technical Proposal and will not included against the 10 page limit. 3. Reference Synopsis and Ordering Section of the SOW. The Synopsis states that the anticipated contract is a firm-fixed-price contract. The Ordering Section of the SOW states that the government will only pay for hours ordered - this sounds like the Government requests a Time and Materials Basis. Please clarify how the offeror should provide its pricing information. The Government intents to award a firm-fixed price IDIQ contract. The hourly rate will be fixed based on the proposed rates and the number of hours worked will be indefinite until some point in time. The fixed loaded hourly rates should be based on the estimated hours as stated in Section B. 4. Reference Proposal Instructions. It is stated that the offeror should submit One (1) original and one (1) copy of its proposal. The number of copies requested for the Technical volume is not stated. Please clarify the number of original and reproduced copies that are requested of this volume. One (1) original and one (1) copy of the entire proposal which includes a technical volume and a price volume is required. 5. Reference SOW page 2, Item 3. The SOW indicates that the contractor should "Provide one additional on-site interpreter, who will be designated by the Contractor as the on-site Interpreter Coordinator. Is this position in addition to the time indicated in the schedule included in Item 2 on page 2? For example, on Monday 1 interpreter is required for 6 hours. Would the Interpreter Coordinator also be on site for this 6 hour period? Yes, it is in addition to the on-call interpreters. 6. Reference SOW page 2 and Proposal Instructions page 4. Please clarify the expectations of time for the interpreter and Interpreter Coordinator. Based on the table of Core Interpreters on page 2 of the SOW, 75 hours per week would be expected for the Core Team of interpreters. Based on the role of the Interpreting Coordinator, 40 hours per week would be expected. On an annual basis, this equates to 5,980 hours. The Pricing Information page (page 4 of the Proposal Instructions indicates 3 categories of service and estimated hours as follows: 0001 - 2,008 hours, 0002 - 3,846 hours and 0003 - 416 hours. Please confirm that 0001 is for the Interpreting Coordinator and 0002 are for the Primary Interpreters. Please confirm also that the 0003 code is for on call time for interpreters. Confirmed. 7. Reference Proposal Instructions page 6, topic Ordering. This section contains the following sentence: The Government will only pay for the hours ordered, subject o the parameters for cancellation charges identified in the contract. This sounds like a time and materials contract rather than Firm Fixed Price. Please clarify the nature of the contract. See response to Question 3 above . 8. Reference Proposal Instruction page 1, section c. This section suggests that the proposals include Tab indices. The instructions also require that the proposals be printed on both sides of the paper. With a maximum limit of 10 pages for the Technical Proposal Volume, it would seem that the use of Tabs would be difficult to satisfy the page limit. Please confirm how the Government wishes the proposals to be packaging in regard to double-sided printing and the use of Tabs. The tabs pages are not included in the 10 page limit. The Government's requirement as stated in Proposal Instruction, Volume 1-Technical Proposal , Section C is unchanged.
 
Place of Performance
Address: 400 7th Street, S.W., Washington, DC
Zip Code: 20590
 
Record
SN00383006-W 20030727/030726120558 (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.