Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

R -- Sign Language Interpreter Services, DLA Disposition Services - Sign Language Interpreting

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-14-Q-1007
 
Archive Date
7/9/2014
 
Point of Contact
Nicholas M. Moore, Phone: 269-961-5399, Joseph A. Bednar, Phone: 269-961-7546
 
E-Mail Address
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
CONUS Disposition Services Map Minimum Certification Standards NAD PWS Bid Schedule This is a combined synopsis/solicitation for commercial services 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. The details of this procurement are located below and in the attachments. This solicitation will be issued as a Request for Quote (RFQ) using the procedures contained in FAR Part 13. A firm fixed price quote is requested. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-61. The Department of Labor wage determination No. 1988-0742 shall apply to this procurement. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement: 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to Nicholas.Moore@dla.mil no later than the date and time detailed in this solicitation. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may also be mailed to: DLA Disposition Services Attn: Nicholas Moore (J7) 74 N. Washington Ave. Battle Creek, MI 49037 A bid schedule table is located as an attachment to this solicitation that offerors shall complete with their quote submission. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. Quotes shall not exceed 10 pages and shall include: company name, main point of contact name, phone number, and email. In the event questions are received, a solicitation amendment will be posted to distribute the answers. QUOTE EVALUATION: This procurement is being solicted as a tiered evaluation targeting small business concerns under the applicable NAICS code. The first tier will evaluate all eligible small business concerns and the second tier will evaluate eligible large businesses and non-profits. The second tier will not be evaluated if a responsive small business is eligible for award. Award will be made to the lowest priced quote that passes the technical capability factor test and either passes or receives a neutrel rating on the past performance factor test. The non-cost factors are as follows: Factor 1 - Technical Capability to provide at least 5 sign language interpreters to the Hart Dole Inouye Federal Center in Battle Creek, MI. Technical capability will be evaluated on a pass/fail basis. Contractors shall be required to submit letters of intent from at least 5 nationally certified sign language interpreters. The letters shall contain the following: A. Interpreter's name. B. Statement affirming the interpreter's willingness to work for the proposed contractor for an on-call basis at the Hart Dole Inouye Federal Center in Battle Creek, MI. C. Statement affirming the interpreter's willingness to work for the proposed contractor for an on-call basis at the Hart Dole Inouye Federal Center in Battle Creek, MI and occasionally accomodate less than a 3 hour notice if the assignment is able to fit into their current schedule. D. Interpreter's signature. Factor 2 - Past Performance Past Performance will be evaluated on a pass/fail/neutrel basis. Contractors with all satisfactory past performance will recieve a pass rating. Contractors with anything less than a satisfactory past performance rating will recieve a fail rating. Contractors without past performance or for whom information is not available will not be evaluated as pass/fail but will instead receive a neutrel rating. The Government evaluation of past performance will be a subjective assessment based on consideration of all the relevant facts and circumstances. The following resources may be used to determine the pass/fail/neutrel basis: A. Any similiar sign language interpreting service contracts or work with commercial firms submitted with the contractor's quote within the past 3 years. B. PPIRS (Past Performance Information Retrieval System). C. Other Government agencies (Federal, State, Local). D. Contracting office experience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-14-Q-1007/listing.html)
 
Record
SN03397356-W 20140619/140617235137-6e5d495c10d207772ac1f5f57cfa25cd (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.