Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2010 FBO #2969
SOLICITATION NOTICE

R -- SIGN LANGUAGE INTERPRETER SERVICES

Notice Date
1/8/2010
 
Notice Type
Presolicitation
 
NAICS
624120 — Services for the Elderly and Persons with Disabilities
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA-263-10-RQ-0017
 
Response Due
2/11/2010
 
Archive Date
3/13/2010
 
Point of Contact
Michael L OwenContract Specialist
 
E-Mail Address
Contracting Officer
(michael.owen@va.gov)
 
Small Business Set-Aside
N/A
 
Description
NIACS 624120Product Service Code (PSC) : R608 RFQ: VA263-10-RQ-0017 The U.S. Department of Veterans Affairs Minneapolis Contracting Office, 708 South Third Street, Suite 200E, Minneapolis, MN intends to enter into a contract for Sign Language Interpreter services for and at the VA Medical Center, One Veterans Drive, Minneapolis, MN and at the VA Fort Snelling National Cemetery, 7601 34th Avenue South, Minneapolis, MN and the VA Regional Office, One Federal Drive, St. Paul, MN for a base period (less than 12 months) and one (1) option year. I Base Year - date of award [est. January 2010] through September 30, 2010 II Option Year One - October 1, 2010 through September 30, 2011 These services will be for provision of sign language interpreters for employees for staff meetings, training events, and for public programs and events (e.g., Memorial Day or Veterans Day Programs)at either, both or all three facilities. NOTE: Required services may occur simultaneously at different locations or overlap the same time periods on the same days. It will be the responsibility of the contractor to "cover" simultaneous events. REQUIREMENTS - Each interpreter/employee shall provide "a resume outlining working experience, and prior professional interpreting experience, copies of diplomas, degrees, and/or certificates of sign language training that s/he has received. SKILLS - Each interpreter/employee shall be "fluent in American Sign Language and be able to translate American Sign Language to spoken English and spoken English to American Sign Language. "able to use appropriate vocabulary in both English and in American Sign Language. RESPONSIBILITIES - Each interpreter/employee shall "provide sign language interpretation services for employees and the public (in limited situations). "be aware of safety needs and be responsible for assisting individual and others with sign language interpretation during medical situations and emergencies. "be responsible for providing sign language interpretation during group and individual activities as requested or needed. "be responsible for supporting the participant at all meetings/events. "be responsible to work with other staff members to communicate to and from the hearing impaired individual(s). "be responsible to counsel and consult with participant, when appropriate, to maintain communication satisfaction. SECURITY Typically, these services will not involve protected HIPAA covered information. Business Associate Agreements (BAA) and background checks may be implemented at any time without prior notice. Should a BAA or background checks become necessary temporary work suspension may be required. Depending on the type of meeting the contractor is interpreting s/he may have the need to interpret limited employee private information. In accordance with the Privacy Act of 1974 the contractor (and any of his subcontractors) are prohibited from the unauthorized use or distribution (by any means) of any personally identifiable information obtained though this contract. This solicitation is set-aside 100% for Small Business (SB) concerns. All responsible SB sources may submit a written proposal which, and if timely received, shall be considered by the Government. PROPOSALS MUST BE COMPLETE AND PROVIDE ALL INFORMATION SOUGHT IN THE SOLICITATION DOCUMENTS. It is an offeror's responsibility to submit a well-written proposal, with adequately detailed information which clearly demonstrates compliance with the solicitation and allows a meaningful review by the procuring agency. CACI Techs., Inc., B-296946, Oct. 27, 2005, 2005 CPD para. 198 at 5. In this regard, an offeror must affirmatively demonstrate the merits of its proposal and risks the rejection of its proposal if it fails to do so. HDL Research Lab, Inc., B-294959, Dec. 21, 2004, 2005 CPD para. 8 at 5. Failure to provide full information may cause proposals to be down-rated in the evaluation process. Solicitation documents will be available on or about Monday, January 11, 2010. Offers are due Thursday, January 11, 2010 at 4:30 pm CT. Proposals will be sent (or delivered) to arrive by the date and time due. If hand delivered bring to the VA Contracting and Purchasing Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415. Use the same address for U. S. Mail or other delivery systems/methods. Late proposals will be rejected. Proposals must be in the Government's custody by the due date and time. Delivery will be verified. Electronic and facsimile proposals WILL be accepted. E-mail messages (Michael.owen@va.gov) will be accepted for questions and requests. POC: Michael Owen.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA-263-10-RQ-0017/listing.html)
 
Place of Performance
Address: ONE VETERANS DRIVE;MINNEAPOLIS, MN
Zip Code: 55417
 
Record
SN02038070-W 20100110/100108234930-8cd605388b9d19f43153c7af8ba51ead (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.