SOLICITATION NOTICE
R -- American Sign Language Interpreting Services to be performed at Boulder City, NV
- Notice Date
- 4/2/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 07SQ810144
- Response Due
- 4/9/2007
- Archive Date
- 4/1/2008
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. RFQ No. 07SQ810144, this solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-15. The North American Industry Classification System (NAICS) code for this requirement is 541930 with a small business size standard of $6.5 Million. (See Numbered Note 1). STATEMENT OF WORK: American Sign Language Interpreters (Underwater Inspections) 1.0 GENERAL. The Bureau of Reclamation (Reclamation) has a requirement for sign language interpretation services to be performed at Boulder City, NV, April 23, 2007 through April 27, 2007. The Federal employee is attending a week long training course which is required of all members of the Bureau of Reclamation Underwater Investigation Team (scuba diving team). No more than 70 hours of classroom sessions and water exercises are anticipated (see #4 Diving Training Schedule). The Federal employee is deaf and the training instructors require sign language interpretation services to communicate with the Federal employee. The interpreters must hold current certification through the Registry of Interpreters for the Deaf (as a CI, CT, CSC, or MCSC). 2.0 WORK TO BE PERFORMED BY CONTRACTOR: Reclamation has a need for contract sign language interpreters. The deaf Federal employee speaks fluent English and will not require ASL to English translation. However, contractors shall provide team interpretation services for the training instructors, translating English to American Sign Language (ASL). Scuba diving terminology will be used extensively. The interpreters will not be required to go into the water, but shall provide interpretation services in a variety of locations whether indoors or outdoors; such as classrooms, docks, dams, motorboats, and on shore beaches. Due to the length of the work assignment, interpretation shall be conducted by a team of two interpreters at all time. The locations of the classroom training will be held at U.S. Bureau of Reclamation facilities located in or near Boulder City, NV. Scuba diving exercises are scheduled to be held nearby in the Colorado River at several locations, including Lake Mead, depending on the nature of the exercises. The interpreters shall provide his/her own meals and his/her own means of land transportation and hotel accommodation during the training. The deaf Federal Employee is scheduled to attend all training sessions. The interpreter provider agency will be notified immediately of any changes made to the schedule. The interpreters shall be available and present for the duration of the training. 3.0 DIVING TRAINING SCHEDULE: There will be a period of time for lunch and dinner each day, during which sometimes debriefing or classroom session is occurring. Interpreters are responsible for their own meals. A more detailed schedule with times and locations for the training in 2007 will be provided to the interpreter provider agency at least two weeks prior to the beginning of training (by April 9, 2007). 2007 Reclamation Dive Training Schedule Sunday (4/22/07) Drop equipment off at Dive shop Monday (4/23/07) 0800 to 0900 Dive Shop Orientation 1000 to 1100 Dive Shop Dive Accident Management 1100 to 1200 Dive Shop First Aid 1200 to 1300 Dive Shop Lunch 1300 to 1500 Dive Shop Emergency Oxygen for Scuba Diving Emergencies 1500 to 1600 Dive Shop Underwater Photo techniques - {Photo Contest Rules} 1600 to 1700 Dive Shop Concrete Lecture Tuesday (4/24/07) 0730 to 0800 Dive Shop Briefing - Rescue dive, photo dive and navigation dive 0830 to 1000 Lake Mead 800 meter swim 1000 to 1200 Lake Mead Rescue, photo, navigation dive exercises 1200 to 1300 Lake Mead Lunch 1300 to 1600 Lake Mead cont. Rescue, photo and navigation dive exercises 1600 to 1630 Dive Shop Daily Debriefing Wednesday (4/25/07) 0730 to 0830 Dive Shop Briefing - Light Salvage, Rigging Theory & Lift Bag Opps 0830 to 1200 Lake Mead Light Salvage exercise 1200 to 1300 Lake Mead Lunch 1300 to 1600 Lake Mead cont. Light Salvage exercise 1600 to 1630 Dive Shop Daily Debriefing Thursday (4/26/07) 0730 to 0900 Dive Shop Briefing - Lightweight Surface Supplied Air Dive Opps 0900 to 1200 Lake Mead SSA diving exercise (u/w projects - flange & light salvage) 1200 to 1300 Lake Mead Lunch 1300 to 1600 Lake Mead cont. SSA diving exercise 1600 to 1630 Dive Shop Daily Debriefing & Review photos Friday (4/27/07) 0730 to 0800 Dive Shop Breifing - Advance Dive - location TBA 0800 to 1200 Lake Mead Advance Dive - location TBA 1200 to 1300 Dive Shop Lunch 1300 to 1400 Dive Shop Quagga Mussel - Lecture & Equipment Cleaning 1400 to 1500 Dive Shop Debriefing and clean equipment 1800 to 1900 TBA Course Review & Awards LINE ITEM SUMMARY: 1. (Line Item Number 0001): American Sign Language Interpreting Services to be performed at Boulder City, NV. Two (2) ASL Interpreters required for four (5) days = 8 hours a day X 5 days = 40 hours X 2 interpreters = 80 hours total regular time, Monday, April 23rd though Friday, April 27th. 2. (Line Item Number 0002): American Sign Language Interpreting Services to be performed at Boulder City, NV. Two (2) ASL Interpreters required for five (5) days of Over Time = 17 hours X 2 interpreters = 34 hours total Over Time. 3. (Line Item Number 0003): Travel Related Expenses: For Government Per Diem Rates go to http://www.gsa.gov Click on the Per Diem Dates under the Travel Resources block on the left side. Scroll down until you see the map of the US. Click on the state to where the travel will be performed to. If neither the city nor the county is listed, the location is standard CONUS destination as noted at the top of the page, which at this time is a rate of $60.00 for lodging and $39.00 for meals and incidental expenses (M&IE) Federal Travel Regulations will reimburse only 75% of the M&IE on actual travel days. Breakout of Travel Related Costs: 1. Airfare (from/to & return-Use if Required): $_____ 2. Mileage: (from: residence to airport and return-Use if Flying): Miles____ x .485 3. Airport Parking (Use if Flying): #days____ x rate____ 4. Airport Shuttle/Taxi (Use if Flying): $_____ 5. Car Rental (If Applicable): $_____ 6. Privately Owned Vehicle (POV) Mileage Per Diem (Use if driving own car from residence to Boulder City, NV): Miles ______ x .485 7. Maximum Lodging Per Diem Rate, (Las Vegas/Clark County): 5 days @ $114 per day per person X 2 interpreters = $_____ 8. M&IE Per Diem Rate: 4 days @ $64 per day per person X 2 interpreters = $_____ (a) First and Last Day is 75% of M&IE: 2 days @ $48 per day per person X 2 interpreters = $_____ 9. Other (Explain): $_____ The following provisions are applicable to this acquisition: 52.212-03-Offeror Representations and Certifications-Commercial Items-Offerors. WBR 1452.233-80-Agency Procurement Protests-Bureau of Reclamation. FAR 31.205-46-Travel Costs. RSC 1452.213-900-Basis for Award-Simplified Acquisition-Bureau of Reclamation-Reclamation Service Center: ((a) The Government will evaluate quotations received in response to the solicitation based upon the total overall price, and (b) A purchase order will be issued to the responsible quoter submitting the lowest total overall price whose quotation is in compliance with all requirements of this request for quotation. The determination of responsibility will be made in accordance with the Federal Acquisition Regulation, Subpart 9.1, Responsible Prospective Contractors). The following Clauses are applicable to this acquisition: 52.212-04-Contract Terms and Conditions-Commercial Items. 52.212-05-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including Paragraphs (b) (5), (14), (15), (16), (17), (19), (23), (26) and (31). 52.204-07-Central Contracotr Registration. 52.212-04-Contract Terms and Conditions-Commercial Items. Full text clauses are available at: http://www.usbr.gov/mso/aamd/or http://arnet.gov/far/ Quotes including; Dun & Bradstreet Number: ( ), and Federal Tax ID Number: ( ), are due by April 9, 2007 by fax to (720) 544-4570 or e-mail to lhayes@do.usbr.gov. Contact for information regarding this solicitation is Lisa D. Hayes (303) 445-2606.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142581&objId=117847)
- Place of Performance
- Address: Boulder City, NV
- Zip Code: 802250007
- Country: US
- Zip Code: 802250007
- Record
- SN01264465-W 20070404/070402224222 (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 |