SOLICITATION NOTICE
R -- American Sign Language and Interpretative Services
- Notice Date
- 11/20/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 19111
- Solicitation Number
- N0018919QZ037
- Response Due
- 12/13/2018
- Archive Date
- 12/18/2018
- Point of Contact
- James McDevitt 215-697-5025
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number, N00189-19-Q-Z037. The proposed contract action is for commercial services. The NAICS code is 541930 and the Small Business Standard is 7.5 million. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91 and DFARS Change Notice 20160923. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm. The proposed contract is 100% set-aside for small business concerns. The NAVSUP FLC Norfolk Philadelphia Office requests responses from qualified sources capable of providing CLIN 0001 Interpreter Services for the Deaf and Hard of Hearing (Deaf/HoH) employees of NAVSUP WSS Mechanicsburg in accordance with the Performance Work Statement (PWS) provided as Attachment I hereto. The period of performance will be from 01 January 2019 through 31 December 2019 with one (1) one-year renewal option period. Performance is expected to take place at NAVSUP WSS in Mechanicsburg; however, the Contractor may be required to travel to NAVSUP WSS Philadelphia or another location if the need arises. In their response, quoters shall include their hourly rate for interpreter services. The resultant order will include a travel line item to allow for travel to reimbursed, if approved. Therefore, travel costs shall not be included in the interpreter rate submitted. The Contractor will be reimbursed for mileage and tolls incurred which shall not exceed the rates established in the Joint Travel Regulations (JTR). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This action will result in a Firm Fixed Price Contract (FFP). Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of price and past performance. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are the same or similar to the performance work statement (PWS) attached hereto performed for Federal, State or local Governments, and/or for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall include the name and address of the organization for which the services were performed, the contract or reference number, and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award and their registration must be Active. Registration is free and can be completed on-line at http://www.sam.gov/. Quoters shall provide their company CAGE Code with their quote. All quotes shall include price(s), past performance, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all requirements of the PWS. In their response, quoters shall include their hourly rate for interpreter services. In addition to a line item for interpreter services, the resultant order will include a Government provided not-to-exceed (NTE) travel amount on a separate travel line item. Therefore, travel costs shall not be included in the interpreter rate submitted. Under the resultant order, the Contractor will invoice and be reimbursed under this NTE travel line item for mileage and tolls incurred which shall not exceed the rates established in the Joint Travel Regulations (JTR). The Requirements Statement is as follows (Section B): PERFORMANCE WORK STATEMENT (PWS) SIGN LANGUAGE INTERPRETING SERVICES I. Introduction NAVSUP Headquarters (NAVSUP HQ) requires professional American Sign Language (ASL) and Interpretative Services in order to provide reasonable accommodations to its Deaf and Hard of Hearing (Deaf/HoH) employees. These services will allow the Deaf/HoH employees to have full access to the information and resources needed to perform the functions of their jobs, communicate with the fleet, and participate in meetings, trainings, and command sponsored events. Additionally, NAVSUP HQ offers assistance to NAVSUP Business Systems Center (NAVSUP BSC) for their requirement of ASL and Interpretative services for interviewees to become future employees. These services will allow the Deaf/HoH interviewees to have full access to the information and resources needed to, communicate with the interview panel in order to complete a successful interview. II. Scope of Work a. Place of Performance i. The contractor will be a spoken and sign language interpreting agency providing interpreters for services at 5450 Carlisle Pike, Mechanicsburg, PA 17055-0791. If the need arises, there may be an occasion for required interpreter services at 700 Robbins Avenue, Philadelphia, PA 19111 or another location. b. General Conditions i. The contractor will locate, coordinate, schedule, and confirm qualified and certified interpreters to ensure services for the Deaf and Hard of Hearing government employees. ii. The contractor shall make the effort to confirm interpreters local to the place of performance. c. Period of Performance i. The contractor will provide sign language services for NAVSUP HQ for the period 01 January 2019 through 31 December 2019 with a one-year renewal option period to extend support through 31 December 2020 should the option be exercised. III. Interpreters a. Qualifications i. Interpreters must be nationally certified thru the National Association of the Deaf (NAD) and/or Registry of Interpreters for the Deaf (RID), and qualified to provide the following services upon request: 1. Sign simultaneously and/or consecutively from oral spoken English into American Sign Language (ASL), Pidgin Sign English (PSE), Tactile Sign (Deaf-Blind), Oral, and voice from ASL/PSE to Oral English, as required 2. Sign simultaneously and/or consecutively using verbatim, conceptually accurate, or idiomatic methods, as required. 3. Sign on subject matter ranging from simple statement of facts to complex and specialized terminology. b. Interpreting services will be performed in a variety of settings and situations, to include: i. śAll-hands ť meetings, commemorative programs and award ceremonies ii. Formal presentations available to all command employees iii. Formal and informal inter-office division and directorate meetings iv. Formal and informal inter-office training v. Teleconferences vi. Workshops, projects, complex training courses, fast pace technology meetings or briefings vii. Personnel reviews, evaluations, interviews, and any other personnel related needs c. Code of Professional Conduct i. Interpreters will uphold the seven tenets of the Code of Professional Conduct set forth by the National Association of the Deaf (NAD) and the Registry of Interpreters for the Deaf, Inc. (RID): 1. Interpreters will adhere to standards of confidential communication 2. Interpreters will possess the professional skills and knowledge required for the specific interpreting situation 3. Interpreters will conduct themselves in a manner appropriate to the specific interpreting situation 4. Interpreters will demonstrate respect for consumers 5. Interpreters will demonstrate respect for colleagues, interns and students of the profession 6. Interpreters will maintain ethical business practices 7. Interpreters will engage in professional development d. Security Requirements i. Interpreters should be willing to submit the following personal information in the event vetting information is requested for security purposes: 1. First, middle, and last name 2. Date of Birth 3. Social Security Number 4. Copy of passport or social security card and birth certificate IV. Preferred and Banned Interpreters a. Clients reserve the right to request specific preferred interpreters. Dependent upon availability, the contractor will make every effort to secure preferred interpreters. Conversely, clients reserve the right to ban certain interpreters who do not perform at a level the clients deem satisfactory. Interpreters will only be banned for those clients that have requested the ban. The contractor will maintain the list of preferred and banned interpreters and ensure it is followed. V. Scheduling a. General Guidelines i. NAVSUP Headquarters (NAVSUP HQ) Personnel Division will order services. The points of contact (POCs) are: 1. Zachary Currier, zachary.currier@navy.mil, 717-605-6864 2. James Wilfrom, james.p.wilfrom@navy.mil, 717-605-6626 3. Philip Hopkins, philip.hopkins1@navy.mil, 717-605-9396 b. Requesting Services i. Request for services will be submitted in the following format: ii. Name of Client(s): iii. Date of Assignment: iv. Start and End times: v. Title of meeting and Setting (e.g. telecon, small group, presentation, classroom): vi. Location of Assignment: vii. Is this a high level or high profile meeting? (Yes or No) viii. Comments, if any: ix. Number of Interpreters Requested: x. Name and Phone Number for Onsite Contact Person(s): c. Assignments i. Interpreters are booked for designated start and end times. Interpreters should be flexible for impromptu changes to accommodate other sign language interpreting requirements. ii. Clients may have an interpreter stay longer than the originally scheduled time slot only when the need is determined by the client, the interpreter ™s schedule permits extending the time, and after obtaining contracting agency approval. d. Length of Interpreting i. Two interpreters will be requested for assignments greater than 1.5 hours. ii. Interpreters should be willing to stay the entire two-hour minimum in order to accommodate any other interpreting requirements that occur within that time for that client. e. Confirmations i. The contractor will send confirmation of receipt of all requested assignments (e.g., same day, short notice, and two or more business days) the same day the request is submitted. ii. The contractor will provide interpreter confirmations with the interpreter ™s name at least 2 full business days prior to the scheduled assignment. 1. The contractor will notify the requesting POC if there is partial availability at least 2 full business days prior to the scheduled assignment. iii. For short notice (less than two full business days) requests, confirmation of interpreters will be provided as soon as possible. iv. Unfilled Assignments: 1. If any requested assignment cannot be fully covered, the clients reserve the right to determine if they will attend with partial coverage. In such instance: a. If the client(s) decide to still attend the assignment with partial coverage, the contractor will only invoice for the actual interpreting time. b. If the client(s) decide not to attend, the contractor will invoice as śUnfilled Non-billable. ť f. Interpreter Changes: i. The contractor will notify NAVSUP HQ of any interpreter changes after a confirmation is submitted. g. Changes to Requests: i. NAVSUP HQ reserves the right to make the following changes to a request after it has been submitted and confirmed: assignment titles, clients, and locations. The contractor will not invoice for such changes. NAVSUP HQ will notify the contractor of such changes. VI. Billing a. Billing Hours i. The contractor may invoice for the booked time or two (2) hour minimum for an assignment, whichever is greater. For any time exceeding the booked time or two-hour minimum that the interpreter interprets, the contractor may bill in fifteen minute increments. b. Joint Travel Regulations i. The contractor will be reimbursed for mileage and tolls incurred by the interpreter. These rates shall not exceed the rates established in the Joint Travel Regulations (JTR) c. Cancellation Policy i. The contractor may invoice for the booked time for assignments cancelled with less than two full business days ™ notice. ii. The contractor will not invoice for any assignments cancelled with two or more full business days prior to the scheduled assignment. iii. The contractor will not invoice for assignments that are cancelled as a result of a command/base closure due to: 1. Inclement weather a. In case of inclement weather, the contractor and/or interpreter should call the Naval Support Activity Mechanicsburg adverse weather line at 717-605-2000 or contact a scheduling POC. 2. State of Emergency (declared by Local, State, or Federal Authorities) 3. Delayed Opening and Early Closures a. After the Scheduled Assignment Time: i. If the base has a delayed opening and is not scheduled to open until after a scheduled assignment start time, the contractor will not invoice. ii. If the base has an early closure after the start of the scheduled assignment, the contractor may invoice for the two (2) hour minimum or the booked time, whichever is greater. b. Prior to the Scheduled Assignment Time: i. If the base has a delayed opening and is scheduled to open prior to the start of the scheduled assignment, the interpreter should arrive as scheduled, and the contractor should invoice accordingly. ii. If the base has an early closure prior to the start of the scheduled assignment, the contractor will not invoice for the assignment. c. Prior to the Scheduled Assignment Time, but Assignment is Postponed: i. If the base has a delayed opening and the assignment is postponed, but the interpreter arrives on time and stays for the assignment, the contractor should invoice from the interpreter ™s arrival time until the end of the assignment. The interpreter should be flexible to interpret any impromptu assignment(s) that may arise prior to the start of the already scheduled assignment. d. Cancelled Assignments: i. If the base has a delayed opening and is open prior to the start of the assignment; however, the assignment is cancelled, the contractor may invoice for the booked time or the two (2) hour minimum for the assignment, whichever is greater. 4. Interpreter unable to provide services (due to illness, weather conditions, etc.) and the contractor cannot provide a substitute iv. Arrival and Departure Times 1. Should an interpreter arrive late to an assignment or leave before the assignment concludes, the contractor will invoice for actual interpreting time if the assignment is longer than two hours. v. Confirmations 1. The contractor will invoice only for assignments where an interpreter confirmation was provided with the interpreter ™s name. Agency Name: Naval Supply Systems Command Headquarters (NAVSUP HQ) Address: 5450 Carlisle Pike, Mechanicsburg, PA 17055-0791 Period of Performance The contractor will provide sign language services for NAVSUP HQ for the period 01 January 2019 through 31 December 2019 with a one-year renewal option period to extend support through 31 December 2020 should the option be exercised. Clauses and Provisions The following FAR and DFAR clauses and provisions are incorporated by reference: [INSERT CLAUSES AN PROVISONS AS SEEN BELOW from excel sheet] 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.217-5 Evaluation of Options JUL 1990 52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 FOB Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 The following FAR and DFAR clauses and provisions are incorporated by full text: 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2016 52.212-4 CONTRACT TERMS AND CONDITIONS ”COMMERCIAL ITEMS JAN 2017 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS Items including 52.209-6; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222.37; 52.223-18; 52.232-33; 52.232-36; 52.239-1; and 52.252-2 JAN 2017 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES APR 1984 This announcement will close at 12:00 PM EST on 13 December 2018. Any questions should be addressed to Mr. James McDevitt who can be reached at 215-697-5025 or email at james.h.mcdevitt@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Oral communications are not acceptable in response to this notice. Quotes shall only be submitted via e-mail to James McDevitt at the e-mail address noted here. Facsimile or hand carried quotes will not be accepted. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ037/listing.html)
- Record
- SN05156470-F 20181122/181120230037 (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 |