Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
MODIFICATION

99 -- INTERPRETER SERVICES

Notice Date
8/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20784
 
Archive Date
9/18/2009
 
Point of Contact
Lloyd S Sabino, Phone: 202-693-7163
 
E-Mail Address
sabino.lloyd@dol.gov
(sabino.lloyd@dol.gov)
 
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 solicitation is issued as a request for proposal (RFP). The solicitation document incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-36. Applicable North American Industry Classification Standard (NAICS) code is 541930, size standard of $7 million. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The acquisition is for the purchase of Interpreter services IAW with SOW at the US Department of Labor in Washington, DC. See Scope of Work below: 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 30 September 2009. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. I.Purpose The purpose of this contract is to establish Interpreter Telephone Service for Wage and Hour Division offices. II.Objectives Please quote cost per minute based on 100,000 minutes per year. The objectives to be achieved as a result of this contract are as follows: •Toll-free access to the service •Language Identification •Accurate Interpreter Service •Access not restricted to a number of simultaneous users •Customer Service shall be available to WHD staff on a 24/7 basis. Interpreter services must be available in over 170 languages (excluding English and Spanish) •Use and Management reports to be provided monthly •Calls must be recorded •Call log must be maintained III.Place of Performance Work under this task order will be performed off-site at Contractor’s facility. IV. Scope of Work The scope of this task shall include these services to provide support to the Wage Hour Division to include the following: Toll-free access to the service: All authorized WHD staff shall have toll-free, real-time access to the translator service on a 24/7 basis. Users will use the toll-free number to initiate a call to the interpreter service and it will be a three way call between our customer, Wage and Hour Employee and Interpreter. Interpreter is required to be on the phone within one minute of Wage and Hour employee initial phone call. Language Identification: The contractor is responsible for identifying, within two minutes, the language(s) spoken by WHD customers, while both WHD staff and the customer remain on the initial telephone call or Interpreter is required to not charge per minute until they are able to interpret the language. Accurate Interpreter Service: The contractor shall provide timely and accurate interpreter service to both WHD staff (in English) and the WHD customer (in that person’s spoken/native language) for the duration of the telephone call. V.Performance Requirements Services include and are closely related to the following: •Access is not restricted to a number of simultaneous users. •Customer Service shall be available to WHD staff on a 24/7 basis. •Interpreter services must be available in over 170 languages (excluding English and Spanish). •Use and Management reports provided monthly. VI.Period of Performance/Additional Instructions and Special Consideration 1.Period of Performance: The duration of this task order will be from date of award through 12 months, unless terminated sooner by the issuance of a task closure memorandum by the PO. Regardless of termination date, formal termination of this task order will be by means of a task closure memorandum. 2.Identification of Possible Follow-on Work: This task order has a (1) one-year option that may be exercised, dependent upon Government need and successful Contractor completion of the original period of performance. 3.Travel: N/A 4.Government Furnished Equipment/Items/Support: N/A 5.Security: N/A 6.Invoicing: Invoices are to be submitted to the PO/POC on a monthly basis. VII.Staffing The contractor is responsible to provide the appropriate level of staffing to support WHD interpretation needs. VIII.Method of Operation Changes in the terms of this task order can be implemented by means of a task order amendment which places in writing the definition of changes and is signed (like the original task order) by the contractor, the PO, and the DOL Contracting Officer (CO) or designee. IX.DELIVERABLES WHD requires monthly summary reports detailing the usage of services, and all reports are to be delivered by the 15th calendar day of the following month. (For example, April reports are due by May 15th ). Report details are to include, but are not limited to, the following specifics: •Itemized listing of each interpreter service provided (date/time of the call, duration of the telephone call). •Complete summary of all languages interpreted. •Summary of WHD offices requesting interpreted services. •Aggregate totals of all call information. (Total number of all calls and total talk time of all calls). Deliverables will conform to Department of Labor’s SDLC Methodology guidelines and WHD Standards. Wage Hour will apply general quality measures, as set forth below, to each work product received from the Offeror under this task order: •Accuracy – Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. •Clarity – Work Products shall be clear and concise. All diagrams and graphics shall be easy to understand and be relevant to the supporting narrative. Timeliness – Work Products shall be submitted on or before the due date specified in the SOW or in accordance with a scheduled date determined by the Government for deliverables not yet identified in the SOW. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (APR 2008) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-8 Annual Representations and Certifications (JAN 2006) FAR 52.212-1 Instructions to Offerors—Commercial Items (JAN 2008) FAR 52.212-2 Evaluation—Commercial Items (JAN 1999) FAR 52.212-3 Offerors Representations and Certifications—Commercial Items (JUN 2008) FAR 52.212-4 Terms and Conditions Simplified Acquisition—Commercial Items (FEB 2007) FAR 52.219-1 Small Business Program Representations (MAY 2004) FAR 52.222-3 Convict Labor (JUNE 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.222-41 Service Contract Act (NOV 2007) FAR 52.225-1 Buy American Act-Supplies (JUNE 2003) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.225-9 Buy American Act Construction Materials (JAN 2005) FAR 52.225-10 Notice of Buy American Act Requirement-Construction Materials (May 2002) FAR 52.225-11 Buy American Act Construction Materials Under Trade Agreement (AUG 2007) FAR 52.225-12 Notice of Buy American Act Requirements-Construction Materials Under Trade Agreement (JAN 2005) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Company proposals should include the solicitation number; the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3; and proposal price for line item #1 To provide all labor, material and equipment for interpreter services at the Department of Labor. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of proposal is 3 September 2009, at 12:00 pm (EST) to US Department of Labor, 200 Constitution, Ave NW Room S-4307, Washington, DC 20210, Attn: Lloyd Sabino; email address at sabino.lloyd@dol.gov or fax to 202.693.7163. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in FedBizOpps via an amendment(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL099RP20784/listing.html)
 
Place of Performance
Address: 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01932187-W 20090830/090829005024-0ff2ea572aebbff0e5c23529c3d4dd4d (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.