MODIFICATION
R -- Interpreter Services/Language Line
- Notice Date
- 12/13/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Mitigation Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-12-R-0017
- Archive Date
- 12/31/2011
- Point of Contact
- Michelle Calhoun,
- E-Mail Address
-
michelle.calhoun@dhs.gov
(michelle.calhoun@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- ****AMENDED 12/13/2011**** THIS AMENDMENT EXTENDS THE RESPONSE DATE TO 12/16/2011, 4PM EST ADDITIONAL QUESTIONS AND ANSWERS WILL BE UPLOADED 12/14/2011 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This requirement is unrestricted. Contract Type: Multiple Indefinite Delivery/Indefinite Quantity Contracts will be awarded from this single solicitation. The Contract will be inclusive of a Base and 4-one year option periods (anticipated Period of Performance to begin January 31, 2012). Interpretation/translation services for non-English speaking disaster survivors Period CLIN Rate Per Second Base 0001 Option 1 1001 Option 2 2001 Option 3 3001 Option 4 4001 Description of requirements for the items to be acquired: On Demand Telephonic Interpretation/translation services for non-English speaking disaster survivors. See Attachment A, Performance Work Statement. Dates of services will be specified in individual Task Orders. Task Orders will be competed using the Fair Opportunity provisions of the Federal Acquisition Regulation (FAR), Part 16.505. Every awardee will be provided a fair opportunity to be considered for Task Orders exceeding $3,000. Task Orders may be Firm-Fixed price or Time and Material. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Evaluation Procedures: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (See Attachment B): 1 - Technical 2 - Implementation 3 - Past Performance 4 - Price All evaluation factors other than cost or price, when combined, are more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses are incorporated as an addendum to this solicitation (see Attachment C for full text): FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.209-9 UPDATES OF PUBLICLY AVAILABLE NFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.216-18 ORDERING (OCT 1995) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JULY 2005) ALTERNATE II (OCT 2001)(DEVIATION) FAR 52.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS (FEB 2007) ALTERNATE I (FEB 2007) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.216-27 SINGLE OR MULTIPLE OCT 1995 52.217-5 EVALUATION OF JUL 1990 The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. The name and telephone number of the individual to contact for information regarding the solicitation. All questions related to this solicitation must be in writing and addressed to Michelle.Calhoun@fema.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/FFMD/HSFEHQ-12-R-0017/listing.html)
- Record
- SN02637985-W 20111215/111213234136-70b35c6ac05a5cd3bce4d1ce897d1412 (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 |