Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

R -- Interpreting Hearing Impaired Services Syracuse VA Medical Center - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
VISN 2 NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road Suite 3500;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
36C24218Q9627
 
Response Due
8/2/2018
 
Archive Date
10/1/2018
 
Point of Contact
Kimberly Wiatrowski
 
E-Mail Address
Contract Specialist
(Kimberly.wiatrowski@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Provide on-site American Sign Language interpreter services on an as needed basis for various meetings, training, etc. for hearing impaired employees who work at the Syracuse, New York VAMC, 800 Irving Avenue, Syracuse, New York 13210 to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Acquisitions, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9627. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This procurement is being issued as an open-market total service disabled veteran owned small business (SDVOSB) set-aside solicitation. The North American Industry Classification System (NAICS) code is 541930 Translation and Interpretation Services, with a small business size standard of $7.5 million. (v) The contractor shall provide on-site American Sign Language interpreting services, on an as needed basis, by a qualified sign language interpreter Proficiency Level (3) for employees of the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210 for a base year with provision of four (4) option years. Price Schedule: To be made part of the contract agreement Line Item Period of Performance Description Unit Unit Price Base 10-1-2018 9-30-2019 Interpreter Services HR Option year 1 10-1-2019 to 9-30-2020 Interpreter Services HR Option year 2 10-1-2020 to 9-30-2021 Interpreter Services HR Option Year 3 10-1-2021 to 9-30-2022 Interpreter Services HR Option year 4 10-1-2022 to 9-30-2023 Interpreter Services HR Price Worksheet: Please note price worksheet is for price evaluations only. Line Item Period of Performance Description Estimated Hours Unit Price Total Cost Base 10-1-2018 9-30-2019 Interpreter Services 160 Option year 1 10-1-2019 to 9-30-2020 Interpreter Services 160 Option year 2 10-1-2020 to 9-30-2021 Interpreter Services 160 Option Year 3 10-1-2021 to 9-30-2022 Interpreter Services 160 Option year 4 10-1-2022 to 9-30-2023 Interpreter Services 160 Grand Total for Base + four (4) Option years: ___________________________ (vi) Statement of Work American Sign Language Interpretation Support Services Syracuse VA Medical Center 800 Irving Avenue Syracuse, New York 13210-2716 1. Background: The contractor shall provide on-site American Sign Language interpreter services on an as needed basis for various meetings, training, etc. for hearing impaired employees who work at the Syracuse, New York VAMC, 800 Irving Avenue, Syracuse, New York 13210 to include interpreting spoken English into signed English and American Sign Language (ASL), and interpreting ASL and signed English back into spoken English. 2. Period of Performance: October 1, 2018 through September 30, 2019 with provision of four (4) option years that may be exercised at the Government s discretion. 3. Standards: Sign language services must be available on an as requested basis for hearing impaired employees of the Syracuse VAMC in accordance with the Americans with Disabilities Act (ADA) of 1990 which mandates employers to make reasonable accommodations for deaf employees. The ADA requires employers to make sure that deaf employees or job applicants can communicate effectively when necessary. This includes special occasions and meetings, training, job evaluations and communication concerning work, discipline or job benefits. It also includes regular work-related communication and employee-sponsored benefits and programs. 4. Work to be performed: The contractor shall provide on-site American Sign Language interpreting services, on an as needed basis, by a qualified sign language interpreter Proficiency Level (3) for the Syracuse VAMC hearing impaired employees and job applicants. The interpreter will be required to facilitate communication between hearing individuals and those who are deaf or hard of hearing in a job interview or on the job. 5. Security: The C&A requirements do not apply, and that a Security Accreditation Package is not required. 6. Work limitations: Interpreters should be available on an as needed basis during normal hospital business hours. Occasional weekend services could be required. Normal business hours are considered 8:00 am to 4:30 pm. Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day declared by the President of the United States to be a holiday. 7. Location of service: Normally work will be performed at one of the Syracuse VA Medical Center; however, it is possible an off-site location could be specified: Syracuse VAMC 800 Irving Ave. Syracuse, NY 13210 Syracuse VAMC 1304 Buckley Rd. Syracuse, NY 13212 Watertown CBOC 210 Court Street, Suite 20 Watertown, NY 13601 Oswego CBOC 437 State Route 104 E Oswego, NY 13126 Auburn CBOC 17 Lansing Street Auburn, NY 13021 Cortland/Tompkins CBOC 1451 Dryden Road Freeville, NY 13068 Binghamton CBOC 203 Court Street Binghamton, NY 13901 Rome CBOC 125 Brookley Road, Building 510 Rome, NY 13441 Massena CBOC 6100 St. Lawrence Centre Massena, NY 13662 Contractor shall receive and book each assignment after consultation with the Contracting Officer s Representative (COR). Appointments may be arranged and confirmed via phone or e-mail. Additional interpreters may be permitted, after consulting with the COR, when the length of the appointment is such that a single interpreter cannot provide adequate service without frequent of lengthy breaks. 8. Acceptance criteria: Qualified American Sign Language interpreter must be provided upon request. Contract interpreters shall have, at a minimum, a Proficiency Level of (3), unless the nature of the assignment requires a higher level. Interpreter services shall be coordinated at least 48 business hours in advance, Monday through Friday. If, however, the Government may require interpreters with less than 48 hours advance 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. Services may be cancelled not less than 24 business hours in advance Monday through Friday, with no penalty or charges for cancelled services. 9. Confidentiality: All work is to be performed by competent personnel, experienced and qualified to provide interpreter services. Sign Language Interpreters shall keep assignment-related information strictly confidential. 10. PERSONNEL QUALIFICATIONS AND CERTIFICATIONS: A. American Sign Language Interpreters shall be currently certified by the National Association of the Deaf (NAD), or the Registry of Interpreters for the Deaf (RID), or be included in the New York Licensure Board for Interpreters and Transliterators. Contractor personnel shall be certified at a Level III minimum proficiency unless the nature of the session requires a higher level. B. The 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 personnel and make available to the Government upon request. 12. DOCUMENTATION AND RECORDS: All documentation, records, and schedules produced by the Contractor in performance of this contract are the property of the Government and shall remain so upon termination or completion of the contract. The Contractor shall keep these items current. Documentation, records, and schedules shall be turned over to the Government upon termination or completion of the contract. All documentation, records, and schedules are subject to the Freedom of Information Act and Privacy Act. 13. SCHEDULING REQUIREMENTS: A. The Syracuse VAMC will provide the Contractor, a 48-hour notice for any hours other than the core hours for the on-site Interpreter. Appointments may be arranged and confirmed via phone, in person, or email. Additional interpreters are permitted, 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. B. All interpreter services shall be coordinated at least 48 hours in advance, 08:00 to 04:40pm EST Monday through Friday. If, however, the Government should require interpreters with less than 48-hour 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. The Government may cancel the services no less than 24 hours in advance Monday through Friday, with no penalty or charges assessed. If the Contractor is not notified of a cancellation 24 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 number of hours allowed per assignment. If the Contractor cannot attend a scheduled event, the Contractor shall provide 24-hour notice to the COR at the Syracuse VA Medical Center. 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 contractor is released by the person who requested services. All services are based on a two (2) hour minimum session. If a session runs longer than the two hours, the contractor shall invoice in half (0.5) hour increments for additional work performance. The Government shall only pay for interpreters providing service, and no one else (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 1) Solicitation number for this requirement as 36C24218Q9627 2) Name, address and telephone number of offeror 3) Technical description of services to be performed in accordance with the Statement of Work 4) Price 5) Acknowledgement of any solicitation amendments 6) Past performance information 7) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10 page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. As well as indicating that the vendor has the trained personnel with proof of qualified sign language interpreters Proficiency Level (3) certification for employees of the Syracuse VA Medical Center, as well as all of the requirements identified in the scope of work. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror s adherence to contract schedules, including the administrative aspects of performance; the offeror s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The minimum criteria for acceptability for this factor shall be the submittal by the offeror of past performance information from three (3) sources that clearly indicate that the offeror has satisfactorily performed American Sign Language Interpretation Services either commercially or for the Government within the past three (3) years. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Include the following information for each contract: a. Contractor Name b. Name of the customer/agency c. Contract/Purchase Order Number d. Customer Point of Contact (provide name, telephone number, and email address) e. Length of contract/period of performance (dates) f. Dollar Amount of Contract (initial price and final price) g. Description of service performed h. A narrative synopsis that describes the specific nature of the work; similarities with the proposed work; and the relevant experience gained. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NOT ACCEPTABLE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.216-18 Ordering (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- B Subcontracting Commitments Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-14 Limitations on Subcontracting (JAN 2017) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act (SCA) of 1965 does apply to this procurement. (xiv) N/A (xv) This is an open-market total service disabled veteran owned small business (SDVOSB) set-aside combined synopsis/solicitation,  the government intends to award a firm fixed price purchase Requirements contract in accordance with FAR parts 12 and 13 and 16.5, as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Quotes are required to be received NO LATER THAN 10:00 AM EST, August 2, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after July 24, 2018 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contracting Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov. See attached: Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9627/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9627 36C24218Q9627.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496512&FileName=36C24218Q9627-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496512&FileName=36C24218Q9627-000.docx

 
File Name: 36C24218Q9627 15-4163 Wage Determination Syracuse.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496513&FileName=36C24218Q9627-001.txt)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496513&FileName=36C24218Q9627-001.txt

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Syracuse VA Medical Center;Human Resources;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
 
Record
SN05001433-W 20180722/180720231032-8892befcef36220af1c57eada81980cf (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.