Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

R -- Interpretation Services

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-05-T-1042
 
Response Due
8/9/2005
 
Archive Date
8/24/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial services 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 proposed action is for services which the proposed action is for services for which the Government intends to solicit and negotiate with one source Visual Language Interpreting under authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Persons may identify their interest and capability to respond to the requirement. (see xiv) THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. See numbered Note 22 for further specifics. (ii) This Solicitation HQ0034-05-T-1042 is a Request for Quote (RFQ) for interpreting services with Visual Language Interpreting. (VLI) (iii) This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-04, effective 8 June 2005. (iv) The applicable North American Industry Classification code is 541930. The Small Business Competitive Demonstration Program does not cover this procurement. (v)&(vi) CLIN 0001- Sign Language Interpretation. See below Performance Work Statement for specifics: STATEMENT OF WORK A. Background: The Human Resources Directorate has employees that are hearing impaired. The employees are satisfied with the level of performance of the current contractor. The current interpreter does have the appropriate level of expertise in American Sign Language to communicate with the employees. Objective: The purpose of this procurement is to provide The Human Resources Directorate employees that are hearing impaired with sign language interpreters from Visual Language Interpreters who have high levels of expertise in American Sign Language. Scope: The contractor will be required to provide sign language interpretation for the hearing impaired employees. In performance of services the contractor will be required to: 1. Report to Personnel Services Division of the Human Resources Directorate, suite 3000, 2521 Jefferson Davis Highway, Arlington, VA 2. Provide interpreting services during staff meetings and desk side interpreting to clarify new personnel procedures and policy changes. 3. Provide the service on Monday and Wednesday 9:00 AM to Noon, Teusday 1:00 PM to 4:00 PM and Thursday from 9:00 AM to 4:00 PM unless contacted to reschedule. Deliverables: a. After the service has been provided for the session. The interpreter is to have the company document signed by the project contact or a HRD representative to verify that the service was performed. b. The service is to be provided on a weekly basis. PERIOD OF PERFORMANCE: The period of performance for this service is one year period beginning September 1, 2005 ending September 30, 2006 PROJECT CONTACT: Technical contact: Kathi Muhammed, (703) 604-5967 (vii) Delivery: Service is required from September 1, 2005 through September 30, 2005. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (ix) The following provision does not apply to this acquisition: FAR 52.212-2, Evaluation- Commercial Items. Award will be based on the best value to the Government, including the contractor?s ability to meet the solicitation requirements and price. (x) Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications- Commercial Items. (xi) The following provision applies to this acquisition: FAR 52.212-4, Contract Terms and Conditions- Commercial Items (xii) The following provision applies to this acquisition: FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The following FAR clauses within the aforementioned clause are applicable: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-16, 52.222-19 and 52.232.33. In addition, the following DFARS clauses apply to this acquisition: 252.204-7004, Required Central Contractor (CCR) Registration and DFARS 252.212-7001. Vendors may obtain CCR information by calling 1-888-227-2423 or via the Internet at http://ccr.gov ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xiii) There no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xiv) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xv) See Numbered Note 22. (xvi) Submission and delivery of Capability Statements should be forwarded by August 10, 2005 by 3:00 PM est., using either method: via facsimile at (703) 696-4164 or e-mail (Michael.Walton@whs.mil and Barbara.Hickman@whs.mil (xvii) The points of contact for this acquisition are Mr. Michael Walton, Contract Specialist at (703) 696-3964 and Ms. Barbara Hickman, Contracting Officer, (703) 693-5412. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON (703) 696-4164 OR E-MAIL Michael.Walton@whs.mil and Barbara.Hickman@whs.mil
 
Record
SN00862780-W 20050806/050804212831 (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.