Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
MODIFICATION

R -- Sign Language Interpreter Services

Notice Date
3/13/2007
 
Notice Type
Modification
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Room 4410 400 7th Street, S.W., Washington, DC, 20590, UNITED STATES
 
ZIP Code
20590
 
Solicitation Number
DTFH61-07-Q-00037
 
Response Due
3/26/2007
 
Archive Date
4/10/2007
 
Point of Contact
Bob Prior, Contracting Officer, Phone (202)366-4247, Fax (202)366-3705,
 
E-Mail Address
Bob.Prior@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
VIII.1 Clauses Incorporated by Reference (FAR 52.252-2) (Feb 1998) This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. VIII.2 Contract Terms and Conditions – Commercial Items 52.212-4 with Alt 1 (Feb 2007) VIII.3 Toxic Chemical Release Reporting 52.223-14 (Aug 2003) VIII.4 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (NOV 2006) (a) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _x_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _x_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _x_ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _x_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _x_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _x_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _x_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _x_ (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). _x_ (23) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). _x_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonablthat services continue uninterrupted if the interpreter is able to do so. Billings for such “continuing services” shall be in half-hour increments. The actual number of hours the interpreter is available per week is understood to be dynamic. It is understood that there may be some days where an earlier start or later finish is necessary. The Government wishes to minimize costs by avoiding the necessity of having more than one interpreter on-station during the core periods on those occasions when the ordering calendar indicates a requirement for continuous support in excess of 1.5 hours. Therefore, in these circumstances the Government will structure its activities to provide for a 10-15 minute break approximately 60 minutes into the activity and a second 10-15 minute break approximately 120 minutes into the activity. Interpreter services will be conducted in the Washington DC Metropolitan Area, with travel away from the Headquarters Office location reimbursed in accordance with the Federal Travel Regulations as published by the GSA. Travel will be primarily local. Travel arrangements for the interpreter(s) for job-related functions beyond the Washington metropolitan area will be arranged by the Contracting Officer’s Technical Representative (COTR) and the contractor. The primary on-site interpreter shall be designated by the contractor as the on-site manager for Government communication and technical direction to the secondary interpreter. The Contracting Officer and the COTR are the main points of contact through which all contractor/Government communications and technical direction shall flow to the on-site manager. The COTR is the primary Government point of contact for technical matters. The Contracting Officer should be contacted for contractual and business matters. The on-site manager shall collaborate with the COTR and perform all administrative support tasks needed to fulfill the contract. Those administrative tasks include, but are not limited to, the following: • Maintaining an appointment log, taking all incoming requests for interpreter services. • Determining how these appointments will be covered; including the coordination of DOT’s Disability Resource Center service for FHWA deaf employees. • Scheduling appointments. • Responding to all incoming requests within the same day or the next business day. • Resolving scheduling conflicts for interpreting services. (Standard procedures will be provided to the primary interpreter explaining what actions to be taken for most routine situations.) Referring irresolvable or non-standard conflicts to the COTR 3. Ensuring the calendar is available for view to all deaf employees and the COTR with blocks of scheduled appointments. This calendar will not show the details of the appointments, which are kept in the appointment log notebook. This calendar will also be used by the COTR to verify hours worked against all invoices submitted. 4. Overtime (e.g., more than 8.5-hour day, Saturday/Sunday, and Federal Holidays) is rarely required. Overtime must be approved by the CO in advance unless there are extenuating circumstances. II.1 ADDITIONAL ON CALL INTERPRETING SERVICES In addition to the scheduled supplemental interpreting service referred to above, there is also periodic need for additional on-call interpreters to assist at training, conferences, or meetings, where two or more interpreters are needed to provide adequate support. We estimate this requirement to represent about 50 hours of interpreting service annually. II.2 VIDEO INTERPRETING SERVICE In order to be prepared for future possible needs, offerors are requested to propose an option to provide the use of remote video interpreting services should the on-site interpreters not be available. Availability or unavailability of this service will not affect the evaluation of interpreting service proposals. II.3 ADMINISTRATIVE DUTIES Each business day, when a request for interpreter services comes in, the interpreter(s) are expected to respond to the request within the same day if possible, or the next business day. A request form shall be filled out for each request. If a cancellation occurs, the request form as well as the appointment log shall be annotated. The request forms shall be filed in the FHWA Interpreter Services program office. The interpreter shall schedule requests for appointments within the scheduled core hours, making every reasonable attempt to accommodate the customer. In the event of a scheduling conflict, the interpreter shall first contact DOT’s Disability Resources Center’s interpreting service for availability. In a case of conflict, the interpreter may make recommendations for alternate times, or, with the customer’s approval, reschedule previously arranged appointments. All requests that cannot be scheduled or requests that pose scheduling conflicts shall be referred to the COTR to determine the need for additional interpreters. The interpreter, upon receipt of a work authorization by the COTR, will make every effort to provide the additional interpreter(s) when needed. The interpreter shall notify the COTR if unable to resolve the assignments, if authorized coverage is going to be insufficient, or of any other issues related to scheduling the appointments. If the interpreter shows up more than 15 minutes late to the assignment, the pay may be decreased by one hour. When this occurs, the COTR will review the circumstances related to the late arrival and determine whether the lateness was the responsibility of the individual interpreter or circumstances beyond the individual interpreter's control. Lateness due to circumstances beyond the individual interpreter's control will be excused. Lateness due to any other reason, including those attributable to the interpreters or any other contractor staff members, contractors, or subcontractors will not be excused. II.4 STAFFING As noted above, one individual the primary interpreter shall be designated as the on-site manager. It is strongly preferred that a core team of two individuals provide the vast majority of interpreting service to our employees. This will ensure continuity and consistency of service for the employees receiving the interpreting services. If additional interpreting services are required beyond the services provided by the on-site/on-call secondary interpreter, the request will be placed with the contractor at least 48 hours in advance, and will be billed to the agency at the “on-call” rate. III. ACCESS TO SENSITIVE INFORMATION Work under this contract may involve access to sensitive information*, which shall not be disclosed by the contractor unless authorized by the CO. To protect sensitive information, the contractor shall provide training to any contractor employee authorized access to sensitive information and, upon request of the Government, provide information as to an individual's suitability to have such authorization. Contractor employees found by the Government to be unsuitable or whose employment is deemed contrary to the public interest or inconsistent with the best interest of national security may be prevented from performing work under the particular contract when requested by the CO. The contractor shall ensure that contractor employees are: (1) citizens of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) as evidenced by Immigration and Naturalization Service documentation; and (2) have background investigations in accordance with DOT Order 1632.2B, Personnel Security Management. The contractor shall include the above requirements in any subcontract awarded involving access to Government facilities, sensitive information, and/or resources. *Sensitive information is proprietary data or other information that, if subject to unauthorized access, modification, loss, or misuse could adversely affect national interest, conduct of Federal programs, or privacy of individuals specified in the Privacy Act, but has not been specifically authorized to be kept secret in the interest of national defense or foreign policy under an Executive Order or Act of Congress. IV. USE OF GOVERNMENT-FURNISHED FACILITIES The Government will provide suitable facilities and equipment necessary for the contractor staff to conduct the required on-site work including office space and furniture, a telephone (including a pager if needed) and computer workstation with standard Microsoft Office software for official contract business use only. V. PERSONNEL IDENTIFICATION BADGES All contractors who have access to DOT facilities, sensitive information, and/or resources must complete Standard Form 85-P, “Questionnaire for Public Trust Positions”. Contractor personnel who work on-site at FHWA, or who require frequent access to FHWA facilities in performance of contracted work, must submit the SF-85P in order to obtain a DOT identification badge. The SF-85P process has been automated. All contractors who are required to complete an SF 85P will now do so on-line through the Electronic Questionnaires for Investigations Processing (e-QUIP) system. They must call the DOT Office of Security for system access. The points of contact for the system are Tracey Foy (202-366-0346), David Pernell (202-366-8083), and Christopher Fernandez (202-366-8091). New contractor employees should call for system access prior to entrance on duty. Once the new contractor employee has completed the on-line form successfully, the system will allow them to print three signature pages. Please have them attach these pages to the DOT 1681, Identification Card/Credential Application, in order to complete the background investigation process. Copies of this form will be provided to the contractor at award. The forms must be submitted to the Contracting Officer and to the FHWA Office of Human Resources for review and signature before submission to the DOT Office of Security. The DOT Office of Security will issue the ID badge. Fingerprinting will be required as part of this process, and may take several days. VI. RELEVANT GUIDELINES In addition to applicable Federal procurement laws, regulations, policies, guidelines and requirements, this contract shall be guided by the NAD-RID Code of Professional Conduct, relevant regulations of the Equal Employment Opportunity Commission (EEOC), Office of Personnel Management (OPM), and relevant sections of the Rehabilitation Act of 1973 as amended, and the Americans with Disabilities Act of 1990, and FHWA information technology usage and security. VII. INVOICE REQUIREMENTS (a) Invoices shall be submitted monthly in the form of an itemized invoice covering all services furnished during the month. The invoice shall be supported by the appointment log. Invoices are to be submitted within 15 calendar days after the close of the preceding accounting month. The contractor shall submit one invoice and two copies monthly to the following: Department of Transportation Federal Highway Administration Office of Acquisition Management 1200 New Jersey Avenue, SE Washington, D.C. 20590 Attention: Bob Prior (b) In addition to the items required in FAR clause 52.232-25, Prompt Payment, at (a)(3)(i) through (viii), a proper invoice must also include the following minimum additional information and/or attached documentation: (1) Separate, distinct invoice number (2) Contract number (purchase, delivery, or task order) (3) Total/cumulative charges for the billing period (4) Dates upon which goods or services were delivered (5) Taxpayer Identification Number (TIN) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH61-07-Q-00037/listing.html)
 
Place of Performance
Address: 400 7th Street, SW Washington, DC 1200 New Jersey Avenue, SE Washington,DC
Zip Code: 20590
Country: UNITED STATES
 
Record
SN01250334-F 20070315/070313224953 (fbodaily.com)
 
Source
FedBizOpps 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.