Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2019 FBO #6344
SOURCES SOUGHT

R -- Interpreter services contract-Canandaigua (VA-19-00038112)

Notice Date
4/5/2019
 
Notice Type
Synopsis
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219Q0550
 
Response Due
4/12/2019
 
Archive Date
4/12/2019
 
Point of Contact
(716)834-9200 x5054
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 541930, Translation and Interpretation Services, size standard is $7.5 M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services The National VA Caregiver Support Line (CSL) located at the Canandaigua, NY VAMC has a need for oral multilingual telephonic interpretation services 24 hours a day/7 days a week including holidays and weekends. Services shall be rendered on an as needed basis under an Indefinite Delivery Contract. The period of performance is anticipated to be one year form award with four subsequent option periods. The scope of this Service contract shall be performed by professional and experienced, medical interpreters who possess demonstrated proficiency levels that range from the ability to fluently speak the language with sufficient structural accuracy and vocabulary, to participate effectively in most formal and informal conversations on practical, social, medical, and professional topics of the language requested; and be knowledgeable regarding medical terminology, thus effectively and accurately translating information to the Veteran patient. The linguist shall have a proficiency level of a highly articulate, well-educated native speaker reflecting the cultural standards of the countries where the language is natively spoken. He/she should be skilled, certified, and proficient at the intermediate high/advanced low level of ACTFL certification or equivalent. Competency, including the skills and ethics of interpreting, in the medical/healthcare field is required. The contractor shall provide medical language interpreting and translation services at the minimum Spanish, Albanian, Armenian, Cambodian, Chinese (Mandarin, Cantonese), Dutch, Finnish, German, Gujarati, Hebrew, Hmong, Ibo, Japanese, Laotian, Norwegian, Portuguese, Romanian, Serbian, Tagalog, Thai, Yiddish, Bosnian, Croatian, French, Greek, Haitian Creole, Hindi, Hungarian, Italian, Korean, Latvian, Polish, Punjabi, Russian, Somali, Swedish, Tamil, Vietnamese, Yoruba. All work is to be performed remotely via telephone. The length of the average interpreter session is 10 minutes. The estimated need is approximately 300 sessions (approx.. 10 min ea.) per year. The Government requests that interested parties provide the following capability information to the Contract Specialist, Joseph Cellino by e-mail at: Joseph.Cellino@va.gov by close of business April 12, 2019: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (d) DUNS number (e) Ability and experience with similar projects. Confirm ability to price service on a per minute basis rather than a per hour basis. (f) List of projects similar in scope. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2019); 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/VA/VAWNYHCS528/VAWNYHCS528/36C24219Q0550/listing.html)
 
Record
SN05272936-F 20190407/190405230028 (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.