MODIFICATION
R -- Amendment 3: Revisions made to Combined Synopsis/Solicitation to incorporate idefinite-delivery-indefinite-quantity information.
- Notice Date
- 11/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ15T0003
- Response Due
- 11/25/2014
- Archive Date
- 1/17/2015
- Point of Contact
- Jonathan B. Walker, (719) 526-1952
- E-Mail Address
-
MICC - Fort Carson
(jonathan.b.walker4.civ@mail.mil)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- The following is a revision to the previous solicitation. A new questions and answers (Q&A) period will be incorporated as well. All questions regarding this solicitation must be posted no later than 9:00am MST on 20 November 2014. 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. Quotes shall reference solicitation number W911RZ-15-T-0003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated 25 August 2014. Fort Carson intends to award a firm-fixed-price, indefinite-delivery-indefinite-quantity contract for Sign Language Interpreter Services. The contract will include a base period and two one-year option periods. The contractor must be Nationally Certified for interpreter services and the interpreter shall be fluent in American Sign Language (ASL); Pigeon Sign English (PSE); Sign Exact English (CSEE); & oral interpretation with a minimum of one year experience interpreting in a medical environment and be familiar with communicating medical terminology effectively. The services shall be performed in accordance with the Performance Work Statement (PWS). The period of performance (POP) is 15 November 2014 through 14 November 2015 with two 1-year option periods. The North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.5M. This requirement is a quote mark small business set-aside for Economically Disadvantaged Women Owned Business (EDWOSB) quote mark. The Contractor shall propose the following Contract Line Item Numbers (CLINs): The following are quantities for quoting purposes only. Sign Language Interpreter Services are in accordance with the Performance Work Statement (Attachment #1) The minimum guarantee is as follows: Service Qty Sign Language Interpreter Service 90 Regular Hours The maximum contract quantity for each contract period is as follows: Service Qty Sign Language Interpreter Service 300 - Regular Hours Sign Language Interpreter Service 20 - Night / Weekends/Holiday Hours *Please see attached Combined Synopsis/Solicitation for description details. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed in full text at http://farsite.hill.af.mil/ or http://www.aquisition.gov/far/. The following FAR provisions and clauses by reference are applicable to this acquisition: 52.204-7 (System for Award Management) 52.204-9 (Personal identity verification of contractor personnel) 52.212-3 (Offeror Representations and Certifications -- Commercial Items.) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) ----52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) ----52.209-6 (Protecting the Govt's Interest when Subcontracting) ----52.219-28 (Post Award Small Business Representation) The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 541930 ----52.219-29 (Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns) ----52.222-3 (Convict Labor) ----52.222-19 (Child labor-Cooperation with authorities and remedies ----52.222-21 (Prohibition of segregated facilities) ----52.222-26 (Equal Opportunity) ----52.222-36 (Affirmative Action for Workers with Disabilities) ----52.223-18 (Encouraging Contractor Policies to Ban text messaging while driving) ----52.225-13 (Restrictions on Certain Foreign Purchases) ----52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration) (Oct 2003) ----52.222-41 (Service Contract Act of 1965) Department of Labor Wage Determination #2005-2079 Rev 15, dated 25 July 2014 is incorporated into this award and is available at http://www.wdol.gov COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services ----52.222-42 (Equivalent Rates of 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 provisions of U.S.C. 5342 OR 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class: Family Readiness and Support Services Coordinator Hourly Rate/Health & Welfare: GS-5 52.222-99 Establishing a Minimum Wage for Contractors 52.223-5 (Pollution Prevention and Right-to-Know Information) 52.223-10 (Waste Reduction Program) 52.232-18 (Availability of Funds) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation 52.245-1 (Government Property) 52.245-9 (Use and Charges) 52.252-2 (Clauses Incorporated by Reference) The full text of each clause may be viewed at http://farsite.hill.af.mil or http://www.acquisition.gov/far/ The following DFARS provisions and clauses by reference are applicable to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials) 252.203-7005 (Representation Relating to Compensation of Former DoD Officials) 252.232-7003 (Electronic Submission of Payment Requests and Receiving) All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil/. 252.204-7000 (Disclosure of Information) 252.204-7003 (Control of Govt. Personnel Work Product) 252.204-7004 Alt A (System for Award Management) 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials) 252.223-7008 (Prohibition of Hexavalent Chromium) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.225-7031 (Secondary Arab Boycott of Israel) 252.232-7010 (Levies on Contract Payments) 252.237-7010 (Prohibition on Interrogation of Detainees by Contractor Personnel) 252.243-7001 (Pricing of Contract Modifications) 252.245-7002 (Reporting Loss of Government Property) 252.245-7001 (Tagging, Labeling, and Marking of Government-Furnished Property) 252.245-7003 (Contractor Property Management System Administration) Full text Provisions and Clauses: 52.212-1 (Instructions to Offerors- Commercial Items) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall submit their quote on company letterhead by the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, description of service qualifications being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and PWS, any discount terms, cage code, DUNS number, size of business, tax payer ID number, acknowledgement of solicitation Amendments (if any). COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services Please submit the representation at 52.212-3 with paragraph (b) filled in if you have completed the annual representations and certificates electronically via http://www.acquisition.gov. If you have not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, please complete paragraphs (c) through (o) of the provision 52.212-3. 52.212-2 (Evaluation - Commercial Items) is applicable to this acquisition and is included in para (a) (b) and (c) of this provision. a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. Technical acceptability will be based on the offeror providing a detailed understanding of the requirement. The quote shall include a plan of performance on how the offeror will conform to the requirements in the performance work statement; specifically these special requirements for interpreters: Interpreters shall be Nationally Certified for interpreter services. Interpreters shall have the required certifications & state required licensing. Interpreters shall be be fluent in American Sign Language (ASL); Pigeon Sign English (PSE); Sign Exact English (CSEE); & oral interpretation. In addition, the plan of performance shall include personnel qualifications and experience. Past performance will be evaluated as acceptable or unacceptable as part of the responsibility determination required by FAR 9.103 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). As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, and one-half of the second option. Offerors are required only to price the base and two options. Offerors shall not submit a price for the potential one-half year extension of services period. c) The offeror shall provide three of its most relevant contracts performed for Federal agencies and commercial customers in the last three years before the due date for receipt of quotations. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. Offerors without relevant past performance information will be assessed a neutral rating for the past performance factor. The evaluation of past performance will take into account information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two pages per contract listed. Information submitted should contain at least the following for each contract/reference: 1. Contract number. 2. Period of Performance. COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services 3. Contract Type (i.e., fixed price, time and materials, etc.) 4. Whether government or commercial contract and the dollar amount. 5. Summary description of any subcontractor and the scope of involvement. 6. Contracting agency, including name and telephone number of contract administrator, buyer, or Contracting Officer. 52.216-19 Ordering Limitations 52.216-22 (Indefinite Quantity) (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the quote mark maximum quote mark. The Government shall order at least the quantity of supplies or services designated in the Schedule as the quote mark minimum quote mark. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 April 2015. (End of clause) 52.217-5 (Evaluation of Options)(Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 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 within 15 days prior to contact expiration date. (End of clause) COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services 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 within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 and six months. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission Installation Contracting Command-Fort Carson Contracting ATTN: Lisa P. Benjamin, Contracting Officer. 1676 Evans ST, Bldg 1220, 3rd Floor, Fort Carson, CO 80913 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the provision. (b) The use in this solicitation of any FAR or DFARS (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of provision) COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert quote mark (Deviation) quote mark after the date of the clause. Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation or Defense Federal Acquisition Regulation (48 CFR 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of Clause) 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.216-7006 Ordering The following AFARS clauses are applicable to this acquisition: 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, quote mark DoD Antiterrorism (AT) Standards, quote mark dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Information: ALTERNATE DISPUTES RESOLUTION: In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 COMBINED SYNOPSIS/SOLICITATION Solicitation Number W911RZ-15-T-0003 Sign Language Interpreter Services Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Questions concerning this solicitation shall be addressed to Jonathan B. Walker, Contract Specialist, and e-mailed to jonathan.b.walker4.civ@mail.mil. All questions or inquires must be submitted in writing no later than 9:00am Mountain Standard Time on 20 November 2014. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. Quotations Due: Quotations shall be received no later than 2:00 p.m. Mountain Standard Time on 25 November 2014. Quotations received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Quotes may be e-mailed to jonathan.b.walker4.civ@mail.mil. No phone calls or faxes will be accepted. The Contracting Officer intends to make an award without discussions; however that does not prevent the Contracting Officer from holding discussions if it is in the best interests of the government. All quotes must reference and acknowledge all amendments posted to this solicitation, if applicable. Contractors are required to be registered in System for Award Management (SAM) prior to submitting invoices. Contractors can register in SAM at https://www.sam.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The Online Representations and Certifications Application (ORCA) shall be completed and up-to-date at the time and due date of the quote to satisfy the requirement of FAR clause 52.212-3. ATTACHMENTS: Attachment 1: Performance Work Statement Attachment 2: Wage Determination 2005-2079 Rev 15 Quotations Due: Quotations shall be received no later than 2:00 p.m. Mountain Daylight Time on 06 November 2014. Quotations received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Quotes may be e-mailed to jessica.l.merrill.civ@mail.mil. No phone calls or faxes will be accepted. The Contracting Officer intends to make an award without discussions; however that does not prevent the Contracting Officer from holding discussions if it is in the best interests of the government. All quotes must reference and acknowledge all amendments posted to this solicitation, if applicable. Contractors are required to be registered in System for Award Management (SAM) prior to submitting invoices. Contractors can register in SAM at https://www.sam.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b9c589a6ddbc90f405dec4848841a48e)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN03576021-W 20141120/141118234752-b9c589a6ddbc90f405dec4848841a48e (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 |