SOLICITATION NOTICE
99 -- Interpreter Servoces, English or American Sign Language
- Notice Date
- 7/19/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-05-T-INTERPRETERSERVICES
- Response Due
- 8/1/2005
- Archive Date
- 9/30/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 combined synopsis/solicitation, W52H09-05-T-Interpreter Services, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02, effectiv e March 23, 2005. The Government will award a Firm-Fixed Price Contract resulting from this solicitation to the responsible low offeror whose offer conforming to the solicitation will be most advantageous to the Government. Prices are to be FOB Destinati on to POC at location of service being provided, Rock Island Arsenal, Rock Island, IL 61299-7930. The following provisions apply to this acquisition: 52:0000-4000 02; 52:0000-4032; 52:0000-4026; 52:0000-4834; 52:0000-4911; 52:0000-4915; 52:213-4; 52:217- 9; 52:232-17; 252:204-7003; 252:204-7004; 252:243-7001. A copy of these clauses can be requested from the Contract Specialist listed below. NOTE: This requirement is for Sign Language Interpreter Services as follows: Contractors duties will include, providing interpreter services for all areas serviced by the Rock Island Arsenal Civilian Personnel Advisory Center. The POC on the contract will furnish contractor a list of supervisors authorized to make appointments for interpreters. Contractor will furnish qualified interpreters using communication mode familiar to hearing impaired, (manual code for English or American Sign Language). Contractors must show proof interpreters are working towards Illinois & RID (Registe r of Interpreters for the Deaf) certificate during period of performance of this contract. The period of Performance for this contract will be from 1 October 2005 until 30 September 2006. All Interpreters will know and abide the Code of Ethics for Sign La nguage Interpreters and the Statement of Confidentiality at all times. In the event the contractor does not perform satisfactorily (two or more substantial complaints about quality/timely service received during a 30 day period from parties requiring serv ices) the contract may be terminated for default. The contractor should be at the designated appointment no less than 30 minutes before the start of session. Should a scheduled date of services be cancelled, the following applies: If the contractor is notified by the Government of a cancellation, unless due to National (or RIA specific) emergency in less than 24 hours, two hours shall be paid to Contractor. If Contractor is notified by the Government of cancellation within 24 hours of appointment no hours shall be charged. If the contractor fails to show at appointed time the Contractor shall provide either a substitute replacement (another interpreter or an alternative company's equally trained and knowledgeable interpreter); or, the Contractor will pay the difference of th e charges paid by the Government to the alternate substitute. If there is no difference in the rates between the two or in the event it is not possible for the Government to find a suitable replacement, the Government will be given a credit of from two (2) hours up to eight (8) hours (to be decided by the POC) the fo llowing month and it will be considered a substantial complaint about quality/timely service (two or more substantial complaints about quality/timely service received during a 30 day period from parties requiring services may result in termination for defa ult). Services are to be performed on minimum of one (1) hour and maximum of eight (8) hours on any day per person. During the hours the interpreter is working, the Contractor will not charge for lunch breaks. Contractor will have authorized supervisors sign time sheets for each appoint ment and furnish a copy to the POC. Starting 1 July 2005, invoicing is done electronically. Contractor will invoice using the WAWF system for automatic payment. Contractor, if not registered, can self-register at the Wide Area Work Flow Website: https://wawf.eb.mil/, select Self Register a nd follow the instructions. Email one (1) copy of invoice to the POC and one copy to contract administrator monthly. The proposed contract action is for services which the Government intends to solicit as 100% Full and Open. Quoters/Offerors are required to submit their quotes for this combined synopsis/solicitation via electronic response to pat.cahill@us.army.mil or v ia fax to 309-782-4998. Quotes/offers to the Government shall be signed by a Member of the Firm Authorized to Bind the Company. This is in accordance wilth Federal Acquisition Regulation (FAR 4.102). CAUTION: Since this conbined synopsis/solicitation a nd any future amendments are being issued through Fed Biz Ops, it is incumbent upon any interested parties to periodically access Fed Biz Ops in order to obtain any amendments, which may be issued. Failure to obtain any said amendments and to respond to t hem prior to the date and time set for receipt of quotes may render your quote non-responsive and result in rejection of your quote. The POC for this action is Patricia A Cahill, email pat.cahill@us.army.mil Alternate: Angela Ode, angela.ode@us.army.mil. Reminder: copy of clauses for this solicitation may be requested from the Contract Specialist listed. The preferred method for information requests is via e-mail. The data fax number for submission of questions only is 309-782-4998 ATTN: Pat Cahill. R esponse is due by COB 5:30 p.m., Central Daylight Time, 1 August, 2005.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN00850157-W 20050721/050719212303 (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 |