Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2014 FBO #4729
DOCUMENT

R -- Sign Language Interpreter Services for the VBA Oakland RO - Attachment

Notice Date
11/3/2014
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V15Q0051
 
Response Due
11/12/2014
 
Archive Date
11/27/2014
 
Point of Contact
Ms. Evonne Huggins
 
E-Mail Address
5.7017<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i.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; quotes are being requested and a written solicitation will not be issued. This solicitation and resultant award is subject to the Service Contract Act as follows: Wage Determination No 1988-0742 Revision number 28 Dated 03/18/2014 Applicable Nationwide in the Continental U.S., Alaska, American Samos, Guam, Hawaii, Puerto Rico and the U.S. Virgin Islands A copy of the wage determination may be obtained from wdol.gov or by contacting the Contracting Officer. ii.Solicitation Number: VA101V-15-Q-0051 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-77. iv.The solicitation is set aside for small business concerns only. The applicable NAICS Code for this solicitation is 541930 and the Small Business Size limitation is $7.5 Million. v.The contractor shall provide all labor, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide sign language interpretation services. CLIN 0001 Base Period: ROUTINE Language Services, Quantity: 115, Unit of Issue: Hour CLIN 0002 Base Period: URGENT Language Services, Quantity: 10, Unit of Issue: Hour CLIN 0003 Base Period: Mileage/Parking Reimbursement, Quantity:___ Unit of Issue: Dollars CLIN 1001: Optional Period 1: ROUTINE Language Services, Quantity: 115, Unit of Issue: Hour CLIN 1002: Optional Period 1: URGENT Language Services, Quantity: 10, Unit of Issue: Hour CLIN 1003: Optional Period 1: Mileage/Parking Reimbursement, Quantity:___ Unit of Issue: Dollars CLIN 2001: Optional Period 2: ROUTINE Language Services, Quantity: 115, Unit of Issue: Hour CLIN 2002: Optional Period 2: URGENT Language Services, Quantity: 10, Unit of Issue: Hour CLIN 2003: Optional Period 2: Mileage/Parking Reimbursement, Quantity:___ Unit of Issue: Dollars CLIN 3001: Optional Period 3: ROUTINE Language Services, Quantity: 115, Unit of Issue: Hour CLIN 3002: Optional Period 3: URGENT Language Services, Quantity: 10, Unit of Issue: Hour CLIN 3003: Optional Period 3: Mileage/Parking Reimbursement, Quantity:___ Unit of Issue: Dollars CLIN 4001: Optional Period 4: ROUTINE Language Services, Quantity: 115, Unit of Issue: Hour CLIN 4002: Optional Period 4: URGENT Language Services, Quantity: 10, Unit of Issue: Hour CLIN 4003: Optional Period 4: Mileage/Parking Reimbursement, Quantity:___ Unit of Issue: Dollars ** Only MILEAGE & PARKING may be reimbursed at the rate of $0.56 per mile and actual cost of parking. Total reimbursement shall not exceed $45.75 per day, per interpreter. vi.Description of Requirement This Statement of Work delineates the various tasks and activities required for language services. The contractor shall provide all labor, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide sign language interpretation services. Mileage and parking fees may be reimbursed in accordance with Federal Travel Regulations. 1.0BACKGROUND. The Department of Veterans Affairs (VA) Oakland Regional Office (Oakland RO) requires onsite language services on an as-needed basis for meetings, training and other events to interpret spoken English into signed English and American Sign Language (ASL) and ASL or signed English back into spoken English. There is (1) hearing impaired employee with sign language interpretation needs. Any new Oakland RO employees that require sign language interpretation services will require services under this same contract. The frequency of services is estimated an average of (4) hours per month with a possible increase for non-scheduled training sessions, town hall meetings or employee one-on-ones with supervisors and/or union representatives. There could be a possibility of language services not needed for a month. This statement of work is designed to obtain the services, labor, materials, travel and equipment necessary for sign language interpretation services. The VA intends to make a single, fixed?rate, labor-hour award for a maximum of 125 hours for a 6-month period with four 6-month optional periods. 2.0SCOPE. Veterans Administration, Veterans Benefit Administration Oakland Regional Office located at Ronald V. Dellums Federal Building at 1300 Clay Street in Oakland, CA 94612 has a requirement for a Contractor to provide American sign language interpretation services to effectively facilitate the communication needs of Government hearing impaired employee across all levels of the organization, to include management. American sign language interpretation services will afford the hearing impaired employee the opportunity to participate in workforce development through cross training programs and process improvement initiatives. In-person interpreting settings may include team meetings, training, performance meetings, Supervisor/Employee communications, all-employee meetings, and special emphasis briefings. Assignments may vary in length from a one-hour minimum and up to an eight hour maximum in one day. Assignments shall be located at the Ron Dellums Federal Building, Veterans Administration, VBA Oakland Regional Office at 1301 Clay Street, Oakland California. However, if pre-arranged, a few assignments may be at other locations within the San Francisco or Oakland metropolitan area. The government will not provide travel allowance for the few pre-arranged assignments at other locations within the bay area. 3.0GENERAL CONDITIONS AND REQUIREMENTS: Contractor shall provide onsite sign language interpretation services for various meetings, training, etc. at Ron Dellums Federal Building, VBA Oakland Regional Office located at 1301 Clay Street, Oakland, California, 94642 to include interpreting spoken/written English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English. The Contractor shall provide an onsite interpreter who shall perform the work identified in this SOW. The number of Interpreters required is subject to the approval of the COR. In general, two (2) Interpreters shall be required for assignments lasting more than two (2) hours. A sample list of onsite interpretation events is provided in paragraph C below. This list is not inclusive and is subject to change dependent upon the requirements of Oakland VBA Regional Office: AN INTERPRETER IS NEEDED FOR THE FOLLOWING SERVICES: "Routine or special meetings with employee "Monthly Training Meetings "Safety meetings "Team Meetings "Committee meetings "Safety Reenactments, "On the Job Training (OJT) "Formal in person training and Online Training (mandatory computer training such as the Veterans Administration Talent Management System) "Project Teams/Process Improvement meetings "Performance/administrative support meetings "Special events (health fair, picnics, retirements) 3.1PLACE OF PERFORMANCE The Contractor shall perform American Sign Language interpretation services for the Veterans Administration, Oakland VA Regional Office throughout the facilities located at the Ronald V. Dellums Federal Building at 1301 Clay Street, North Tower in Oakland, California 94612. Services will generally be pre-scheduled to avoid the need to provide interpretation services in more than one location at any given time. Services will need to be performed in offices, VA Regional Office training rooms, hearing impaired employee work area and outside work areas. The conditions may be hot, cold, dirty, dusty, and involve the hazards of working around VBA sensitive veterans claims folders. 3.2PERIOD OF SERVICE AND ADVANCED NOTIFICATION TO SCHEDULE SERVICE Contractor Interpreter employee shall be required for a minimum of 1 hour to maximum of 8 hours in any given day. For routine scheduled work, Contractor shall be notified at least 48 hours in advance of need for ASL Interpreter with no increase in hourly rate charged for work scheduled with at least a 48 hour notification prior to work. Contractor may have only 24 hour notification which will be considered as an urgent notification but no less than a 24 hour notification shall be given to schedule interpreter services. Contractor employee interpreter shall not be paid for any Federal Holiday. Federal holidays generally observed by Government hearing impaired government employee include: Observed Federal Holidays: New Year's Day ; Martin Luther King Day; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day ; Veterans Day; Thanksgiving Day; Christmas Day In the event an Executive Order issued by the President of the United States declares Agencies of the Federal Government closed for a regularly scheduled workday, the Contracting Officer's Representative (COR) will determine and advise the Contractor on whether services are required for that day. 3.3CURRENT DUTY HOURS AND ACCESS TO THE HOST INSTALLATION The Contractor shall perform services required under this Statement of Work during the operating hours of the Government activity. The normal work hours of Government hearing impaired employee is 7:00A.M. To 3:30PM Monday through Friday with times subject to change for training needs, but the hours will not exceed eight hours. The contractor interpreter will be allowed a 30 minute lunch on days which require interpreting service for more than five hours a day. The contractor interpreter employee must take lunch to coincide with the hearing impaired employee so that the contractor interpreter employee can provide interpreting service to government hearing impaired employee after lunch. Due to changing traffic requirements brought on by construction, changing missions, and security concerns within the VBA installation, access to the VBA installation is subject to change, sometimes with little or no warning. Inbound and outbound traffic restrictions exist. Contractor interpreter must present government photo ID and pass through X-ray and security screening in order to enter the Oakland Federal Building. Oakland VA Regional Office will provide contractor interpreter with a letter indicating appointment time to assist interpreter with expedited entry into the building. 3.4PERSONNEL QUALIFICATIONS AND CERTIFICATIONS 3.4.1Oakland VA Regional Office requires the interpreters to be a National Certified Interpreter with the Registry of Interpreters for the Deaf (RID). This level of interpreter is required to provide a higher quality and standard of service. Additionally, the Interpreter needs to be a good fit. For example, the Interpreter needs to have a general knowledge of office terminology and general knowledge of government type of work. (Without the RID certification, the level of interpreting service is diminished and will impact the employee's ability to perform.) 3.4.2Each interpreter will have a minimum of three years' experience as RID certified ASL interpreter. 3.4.3Contractor Interpreters shall not receive personal telephone calls or texts on their cell phone while performing interpreting services. 3.4.4Interpreters must have a familiarity with the culture and language of a VBA Regional Office Government installation, or familiarity with VBA Acronyms. (see attachment A) Knowledge of specific VBA Regional industry jargon and acronyms are essential to the quality of the interpretation. 3.4.5The Contractor shall be responsible for obtaining all necessary licenses and for complying with all applicable Federal, State, and local laws. The Contractor shall maintain updated copies of any applicable licenses and certifications for all Contractor interpreting employees and make available licenses and certification available to Government upon request. 3.4.6All Contractor Interpreters shall conduct themselves according to the RID Code of Ethics. 3.4.7Quotes should specify whether hourly rates include mileage and parking expenses. 3.4.8As part of this contract solicitation process, the Contractor shall submit a minimum of three resumes with a maximum of five resumes from Contractor Interpreters employees to be reviewed by Oakland RO. Each Interpreter's resume shall list following: "3 or more years of professional interpreting experience and types of work settings "Employment history "Education, Training, and Certifications "Knowledge of, and experience with, the Deaf community and Deaf culture "Additional qualifications of In-person interpreting services, upon request 3.4.9In addition to the resumes, each offeror may submit company references. 3.4.10A "qualified sign language interpreter" is someone that can competently, accurately, and impartially interpret, both receptively and expressively, using any specialized terminology necessary such that there is two-way communication in the employment setting. 3.4.11The Contractor employee Interpreters shall be considered a "qualified candidate " in accordance with the Federal Personnel Manual definition of Interpreter which states, "has completed an interpreting training program and/or certified by a recognized certifying body such as the National Registry of Interpreters for the Deaf (RID)." 3.5SAFEGUARDING INFORMATION 3.5.1The Contractor shall not allow access or disclosure of classified information or information regarding the operations of the VA Regional Office to any government agency, non-government agency, or individual unless specifically authorized by the COR. The Contractor shall provide documents and files requested by such parties to the COR within one hour of receipt of the authorized request. All files are the property of the Government and the Contractor shall turn all files over to the COR at the completion or termination of this contract 3.5.2The Contractor may be required to access data and information that is proprietary to a government agency or contractor or that is of such nature that its dissemination and use other than as specified in this contract would be adverse to the interests of the Government or others. The Contractor and its personnel shall not divulge or release data or information developed or obtained under performance of this contract except to government personnel who are authorized to receive the information or upon written approval of the COR. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend other than as specified in this contract. 3.5.3Contract Interpreter shall have a SAC background investigation completed to be paid by contractor. 4.0SCHEDULING REQUIREMENTS 4.1Contractor Interpreters shall arrive at the VBA Regional Office 15 minutes prior to the start of the assignment. All Interpreters shall have a photo ID that is accepted by the Security Officers in order to enter the Ron Dellums Federal building. Interpreters reporting for interview and assignments for interpreting shall coordinate their time of arrival with Veterans Service Center Front Office (current POC: Robin Skaggs at 510-637-6415). Interpreters arriving at the VA Regional Office shall arrive 15 minutes before appointment or interview, and will be allowed expedited entry through the "appointment only" line, and report to Robin Skaggs, Veteran Service Center Scheduler of Interpreter at 510-637-6415. 4.2Robin Skaggs shall coordinate each sign language interpretation assignment after consultation with Michael Rhoton, 510-637-6154, michael.rohoton@va.gov, the hearing impaired employee supervisor Appointments may be arranged and confirmed via phone or email. Additional interpreters are permitted, but only after consulting with the COR, when the length of the appointment is such that a single interpreter cannot provide adequate service without frequent or lengthy breaks. The number of additional interpreters shall be kept to the minimum necessary to provide quality service. Robin Skaggs will email COR Phyllis Farrell with dates, times, hours, how many Interpreters that are required for each assignment. 4.3Interpreter services, that require additional interpreters, beyond events which can be handled by the on-site interpreter, shall be coordinated at least 48 business hours in advance, Monday through Friday (0600 to 1800). If, however, the Government should require interpreters with less than 48 hours' notice, the Contractor shall attempt to provide an interpreter, but the Government understands that the Contractor may not always be able to comply with such a request. There will be a different schedule hourly price for interpreter with less than 24 hour urgent/emergency notice 4.4Routine interpretation services are considered those in which a 48 advance notification is provided. Urgent/Emergency interpretation services are those in which a notification is less than 48 hours is provided. 4.5The Government may cancel the services no less than 48 business hours in advance Monday through Friday, with no penalty or charges assessed. Contractor will be notified by email of cancellation of service with a 48 hour notice. If the Contractor is not notified of a cancellation 48 hours prior to the scheduled assignment, the Contractor may invoice for the number of hours scheduled for the assignment. If a Sign Language Interpreter appears for an assignment and the necessary parties fail to appear within 30 minutes of the assignment, the interpreter may leave and invoice for the minimum one hour allowed per assignment. If the Contractor cannot attend a scheduled event, the Contractor shall provide 48 hours' notice by email to Scheduler Robin Skaggs and COR Phyllis Farrell. The Government shall not incur any charges associated with Contractor cancellation. For kept appointments, chargeable time shall begin at the designated appointment time and end when the assignment is complete. All services that require additional interpreters shall be billed at a one (1) hour minimum. The Government shall only pay for interpreters providing service, and no one else. 5.0ADMINISTRATIVE 5.1BILLING 5.1.1The Contractor shall submit an invoice monthly by email to the following people: Phyllis.Farrell1@va.gov, Lamberto.Tayag@va.gov AND Evonne.Huggins@va.gov "Invoice Number "Reference the contract number "Obligation Number (Obligation Number shall be used for billing) "Date of Service "Service Start/Stop Time "Interpreter's Name "Total Weekly Hours of Service "Rate per Hour "Total Charge for each interpreter "Special Rate for Emergency/Urgent Request without 24 hour Notice "No special rates shall be used for requests placed with more than two (2) business days' notice. 5.1.2For billing purposes the contractor shall round up to the nearest half-hour. For example, if the Scheduler, coordinates and schedules a request for an assignment that is anticipated to last from 8:00 a.m. to 1:00 p.m. but the assignment actually lasts from 8:00 a.m. to 11:30 a.m., the contractor shall bill VA for three and one-half hours (3.5) of service (8:00 a.m. to 11:30 a.m.) 5.1.3The VA Regional Office shall not incur any charges for appointments cancelled by the Contractor. The COR will certify invoices for payment to contractor. 5.1.4The contractor shall bill the agency using the hourly rate established in the pricing schedule. There shall not be any overtime required of the Interpreter. Emergency Interpreter Service with Less than 24 hour notice shall be a different hourly rate than the 48 hour notification. Contractor shall submit two different rates a ROUTINE (48 hr + notice) and an URGENT (< 48 hr notice). 9.0DELIVERABLES Deliverable - Due Date Monthly Status Report (MSR) - Last business day of the each month Quality Control Plan (QCP) - Draft due 5 days after contract award 10.0MONTHLY STATUS REPORT 10.1The Contractor shall submit a monthly status report to the COR no later than the COB on the last work day of each month. The monthly status report shall identify an accurate record of all events that requested sign language interpretation services completed for month, name of Interpreter(s), location of completed service, the number of interpreters required, and the length of service time. This monthly status report shall also include the amount of administrative time utilized for the scheduling of services and the hours associated with the training program, as well as any progress issues, concerns, etc. for all work performed in the month. 11.0QUALITY CONTROL PLAN (QCP) 11.1The Contractor's quality system shall demonstrate its prevention-based outlook by meeting the objectives stated in the PWS throughout all areas of performance (e.g., all functional areas and all performance standards). The QCP shall be developed to specify the Contractor's responsibility for management and quality control actions to meet the terms of the contract. Within 24 hours of completion, the Contractor shall provide to the COR, all reports generated as a result of the Contractor's quality control efforts. This shall include any summary information used to track quality control, including any charts/graphs. 11.2The Contractor's QCP shall be incorporated into and become part of this BPA after the plan has been accepted by the Government. Changes made after KO or designee approval shall be submitted in writing to the KO or designee for review and acceptance. The Contractor's QCP shall be maintained throughout the life of the BPA and shall include the Contractor's procedures to routinely evaluate the effectiveness of the plan to ensure the Contractor is meeting the performance standards and requirements of the contract. 12.0PERFORMACE METRICS TASK - PERFORMANCE THRESHOLD - GRADING SCALE - METHOD OF SURVEILLANCE -Scheduling Interpretation Services for each event from Contractor -Interpreters are scheduled and perform at 99% of the required events -Pass/Fail -COR review/verification; inspections; COR visual inspections; monitoring; record keeping -Qualified Contractor Interpreter employee are performing sign language interpretation services -The Contractor shall provide qualified staffing to operate and manage the Interpretation Services at VBA Regional Office in Oakland California -Pass/Fail -The COR attend random interpreting sessions for inspection of interpreters during interpreting sessions while reviewing contractor Interpreting qualification documentation. -The Contractor Interpreter employee shall attend scheduled and unscheduled meetings to furnish input concerning the operation and management of the interpretation program. -The Contractor shall attend regularly scheduled meetings and other meetings determined necessary by the COR. -Pass/Fail -The COR will monitor meeting attendance. -Provide accurate and current interpretation tailored to the individual needs of the employee and to agency requirements. -Receive no more than 1 valid complaint about service during a month. -Pass/Fail -Employee feedback -The Contractor shall provide all documentation properly formatted, accurate and submitted by due date. -97% reports completed accurately and on time; 1 day grace period -Pass/Fail -100% inspections vii.Period of Performance: Base period of 6-months with four 6-month optional periods. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.270-1 Representatives of Contracting Officers (JAN 2008) ix. Offers will be evaluated as follows: The Government will evaluate offers submitted in response to this solicitation on a Best Value basis. The Government intends to fine a contractor that is well qualified, not necessarily the lowest priced. Criteria 1.Interpreter Qualifications: The Government will evaluate quotes submitted in response to the solicitation to meet or exceed standards outlined in the statement of work. Offerors must submit the following documents for consideration: - Interpreter Resumes - Description of hiring criteria and process (Not to exceed 5 pages, no smaller than 10pt font) --Failure to submit the requested documents may result in the offerer being considered non-responsive and being excluded from further consideration. 2.Price: As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. "A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. "A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. "All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. 3.Past Performance: Offerors are encouraged to but not required to submit references x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 7 days before contract expiration. (END-OF-CLAUSE) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 7 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (END-OF-CLAUSE) Subcontracting Commitments - Monitoring and Compliance: This solicitation includes VAAR Clause 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in the assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end the support contractor(s) may be required access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information of data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services that support contractor(s) will perform in assessing compliance are advisory assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (END-OF-CLAUSE) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (14)52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (25)52.219-28Post-Award Small Business Program Representation (Jul 2013) (28) 52.222-3 Convict Labor (June 2003) (30)52.222-21Prohibition of Segregated Facilities (FEB 1999) (31)52.222-26Equal Opportunity (MAR 2007) (33) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (42)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (46)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (52)52.232-34Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) Paragraph c clauses applicable: (6) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) xiii.All invoices shall reflect only actual number of hours serviced. xiv.N/A xv.Offers are due no later than Nov 12th, 2014 by 12:00 PM Pacific Time. Offers shall be submitted electronically to email address Evonne.Huggins@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-15-Q-0051. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information may result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Jorge Martin at (310) 235-7017, or by e-mail to Evonne.Huggins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0051/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0051 VA101V-15-Q-0051 ASL INTERPRETER SERVICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1711920&FileName=VA101V-15-Q-0051-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1711920&FileName=VA101V-15-Q-0051-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03564257-W 20141105/141103234227-a39e029b704ed7acd0ce75c131c51212 (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.