Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

R -- SIGN LANGUAGE INTERPRETER SERVICES - WAGE DETERMINATION

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ10T0013
 
Archive Date
6/11/2010
 
Point of Contact
Leroy Dawson, Phone: 202/606-7551, Dusty S Moore, Phone: 202-606-6985
 
E-Mail Address
ljdawson@cns.gov, dmoore@cns.gov
(ljdawson@cns.gov, dmoore@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
WAGE DETERMINATION 1988-0742-REV 23 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information include in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) Number is CNSHQ10T0013. This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular 2005-40 effective March 23, 2010. The North American Industry Classification System code is 541930 - Translation and Interpretation Services - with a size standard restriction of $7.0 million. AmeriCorps*NCCC North Central Region Campus a department within the Corporation for National and Community Service (CNCS), or the Government, anticipates award of a three year BPA. The department is located at 1004 G Ave., Vinton, IA 52349 the Iowa Braille and Sight Saving School campus has a requirement for the following: Statement of Work: Agreement for American Sign Language Interpretation 1.0 BACKGROUND: The AmeriCorps National Civilian Community Corps (NCCC) is a federal, residential national service program under the Corporation for National and Community Service Department for young people ages 18-24. The Corps Members work as a part of small teams (10-12 members) performing a wide variety of service projects in the north central state region in the Midwest and, occasionally other states and regions for disaster relief or other requirements. These teams travel to a new project site roughly every 6-8 weeks. During the first few days at each site, there is typically an orientation and training program that lasts from 1 to 3 days. Currently one of our teams has a hearing impaired Corps member who requires periodic American Sign Language interpretation, primarily during these training and orientation periods. Future requirements may include interpretation for more than one member. 1.2 SCOPE The contractor shall provide interpreter services for the NCCC hearing impaired community under a Basic Ordering Agreement (BPA). Activities may include, but are not limited to intercepts, voiceovers, and sign language and other settings where a member or employee may require the services of an interpreter for the hearing impaired. Interpreters must be able to interpret/transliterate fluently and understand the continuum of sign communication. Interpreters must provide, a minimum, interpreting services in American Sign Language (ASL). 2.0 QUALIFIED Personnel 2.1 SIGN LANGUAGE INTERPRETER (KEY PERSONNEL) The Contractor shall provide qualified personnel to perform the requirements specified in this Statement of Work. Description of Work: The American Sign Language interpreter shall provide support and assistance in sign language interpretation services. The SLI interpreter shall possess all of the demonstrated knowledge requirements delineated below, as verified by a signed and dated resume by the individual and a corporate executive. 3.0 MINIMUM REQUIREMENTS FOR A SIGN LANGUAGE INTERPRETER Ability to sign in many different situations, including but not limited to meetings, small groups, and large groups; Ability to perform in a challenging, creative and formal working environment; Ability to work within a changing schedule to include early mornings, evenings, weekends, and holidays; Excellent customer service skills; Ability to establish and maintain positive working relationships; 4.0 Minimum Education Requirements The American Sign Language (ASL) interpreter shall possess: an undergraduate or graduate degree from an accredited college or university with a major study in a field related to either interpretation or American Sign Language (ASL) studies; or be able to provide sufficient assurances that the American Sign Language interpreter has the required knowledge and skills necessary to act as a competent interpreter. The SLI interpreter must have a demonstrated knowledge and understanding of American Sign Language and Deaf Culture. In lieu of a degree, the interpreter may hold current generalist (or higher) licensure by either the National Association of the Deaf or the Registry of Interpreters for the Deaf. 5.0 REQUIREMENTS The Contractor shall provide sign language interpretation services for AmeriCorps NCCC members, in accordance with the requirements listed herein. The Contractor shall coordinate a schedule with the Contracting Officer Technical Representative (COTR) to ensure that at least one sign language interpreter is always available to assist deaf or hearing impaired members at any location in the U.S. that a deaf member/employee may be serving. Additional Required Knowledge and Skills: In addition to the experience and educational requirements described above, the SLI shall clearly possess the following knowledge and skills: Ability to voice to sign; Ability to sign to voice; Developed interpersonal and communication skills, with the ability to interact with members from a variety of backgrounds; Ability to thrive in a challenging, creative and informal working environment; Ability to work within a changing schedule to include early mornings, evenings, weekends and holidays; Excellent customer service skills; Ability to communicate both orally and in writing. 6.0 PLACE OF PERFORMANCE Nationwide: Service delivery may occur in our ten state region (ND, SD, NE, MN, IA, WI, IL, MI, IN, or OH), the Gulf Region (FL, GA, SC, AL, MS, LA or TX) and on rare occasions, other states in the United States. Hearing impaired Corps member will be a part of a team that works in a different site every 6 to 8 weeks. Most interpretation will occur during the first few days of the member's arrival on site and in the final days at a site. Per standard industry practice, (a two-hour minimum period will be employed. The contractor shall Bill in fifteen minute increments. 7.0 ORDERING SERVICES Scheduling of exact times and locations of events will be specified on individual calls/orders. •8.0 PERIOD OF PERFORMANCE The BPA period of performance will be three years from date of award. •9.0 POST AWARD MEETING The Contractor shall attend a Post Award Meeting with the Contracting Officer and the Contracting Officer's Technical Representative (COTR) not later than five (5) business days after the date of award, before performance commences under the BPA. The purpose of this meeting is to identify primary points of contact, scope of efforts, tasks and technical objectives of the resultant BPA. The Post Award Meeting will be held either in person or via teleconference. •10.0 TRAVEL Per industry standard, portal to portal payment is permitted. The AmeriCorps NCCC reserves the right to reimburse travel mileage NTE 25% of the day's billable cost but in no case shall travel costs exceed the Joint Travel Regulations allowance for the affected area. The government will not reimburse for air, rail, or other forms of conveyance costs. 11.0 SUBMISSION OF INVOICES - SINGLE PAYMENT OFFICE Invoices shall be sent to the Contracting Officer's Technical Representative identified in Section 13.0. The invoice must contain (1) BPA Call number; and (2) applicable BPA line item number(s). The invoice must comply with the payment clause in the award document to be considered a proper invoice. One Copy should be emailed to: cnsinvoices@cns.gov and cc: dwhite@cns.gov 12.0 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE The Contracting Officer will designate a Technical Representative (COTR) to assist in monitoring the work under this contract. The COTR is responsible for the technical administration of the contract and will be the technical liaison with the Contractor. The COTR IS NOT authorized to change the scope of work or specifications as stated in the BPA or to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, delivery schedule, period of performance, or other terms or conditions of the contract. The Contracting Officer is the only individual who can legally commit or obligate the Government for the expenditure of public funds. The technical administration of this contract shall not be construed to authorize the revision of the terms and conditions of this contract. The Contracting Officer shall authorize any such revision in writing. 13.0 CONTRACTING OFFICER/CONTRACT SPECIALIST The Contracting Officer is: Leroy Dawson, CPCM Corporation for National and Community Service Office of Procurement Services 1201 New York Ave, Suite 8305 Washington, D.C. 20525 Phone: 202-606.7551 E-mail: ljdawson@cns.gov The COTR is: TBA All services performed by the Contractor shall meet the requirements set forth in the statement of work. The Contracting Officer Technical Representative (COTR) will reject services that do not conform to the contract requirements. The Contractor shall have ten (10) business days after receipt of the COTR's notice that the services are nonconforming to replace or correct such services at no additional cost to the Government. Provide loaded rate for the above services: CLIN ITEM HOURLY RATE 0001 American Sign Language Interpreter *$____________ *If escalation, please include yearly percentage and date range for each separate year FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Interpreter (Sign Language) - GS09 $24.74. FAR 52.222-41 Service Contract Act of 1965: The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No 1988-0742, Revision No 23, dated 11/13/2009 is applicable to this solicitation. The prospective contractor must be registered in the Central Contractor Registration (which can be completed on-line at http://www.ccr.gov/) prior to award of the resulting contract. The best value approach will be Lowest Price Technically Acceptable (LPTA) using the following factors to evaluate quotes: 1) Technical merit (vendor must meet or exceed the technical requirements listed within the combined synopsis/solicitation), 2) Past Performance (the contractor shall submit information on three similar conferences within the past two years to include the number of attendees, contract value and point of contact from the company who can respond to questions concerning the conferences), and 3) Cost. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The vendor shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with your quote. Clause 52.212-4 Alternate I, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.219-6 Notice of Total Small Business Set Aside, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies, Clause 52.222-21 Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-41 Service Contract act requirements; Clause 52.222-42 Statement of Equivalent Rates for federal Hires, Clause 52.222-43 SCA and FLSA price Adjustment (option contracts) Clause 52.222-50 Combating Trafficking in Persons, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, are incorporated by reference. To obtain the above provisions/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer. Addendum to 52.212-1 Instructions - quotations are due no later than 2:00 p.m. on May 27, 2010. Quotations shall be submitted electronically to Leroy Dawson at ljdawson@cns.gov : It is the Quote's responsibility to ensure the offer is received (in total) by the Contracting Officer by the deadline. All questions shall be addressed to the Contracting Officer at the following email address: Leroy Dawson - ljdawson@cns.gov ; Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Quotation (RFQ) Number in the subject line. Once questions are compiled they will be answered and posted to Federal Business Opportunities. Questions will be permitted from date of this announcement through May 18, 2010. Questions submitted after May 18, 2010 at 12:00am EST shall not be answered. No questions will be accepted over the phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ10T0013/listing.html)
 
Record
SN02147234-W 20100514/100512234734-f048e90eb3fdbb716efa6da5736b7147 (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.