DOCUMENT
R -- Sign Language Interpreter, LT, 626 - Attachment
- Notice Date
- 9/5/2019
- Notice Type
- Attachment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0497
- Response Due
- 9/10/2019
- Archive Date
- 12/18/2019
- Point of Contact
- Michael Edwards
- E-Mail Address
-
5-5506<br
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 15 COMBINED SYNOPSIS/SOLOCITATION FOR COMMERICAL ITEM GENERAL INFORMATION Document Type: Combined Synopsis/Solicitation Posted Date: 09/05/2019 Response Date: 09/10/2019 11:00AM CT Product or Service Code: R608 Translation and Interpreting Services (including Sign Language) Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 541930 Sign Language Services Small Business Size Standard $7.5M Contracting Office Address Network Contracting Office 9 ATTN: Michael Edwards Department of Veterans Affairs Contracting Office, 4th floor 1639 Medical Center Parkway Murfreesboro, TN 37129 DESCRIPTION This is a combined synopsis/solicitation for a quote for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2005-101, 10-26-2018. This offer is set aside for Veteran Owned Small Business in accordance with FAR 19.502-2. The acquisition will be made pursuant to the authority in FAR Part 13, Simplified Acquisition Procedures. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). STATEMENT OF WORK Statement of Work Service: Human Resources Service Period: October 1, 2019 to September 30, 2024 (Base + 4 option years) Title of Project: Sign Language Interpreting This request is for sign language interpreting services for our hearing-impaired employees for meetings and training. Scope of Work: Vendor will provide sign language interpreting services for face-to-face meetings and training as requested by the hearing-impaired employee s supervisor. In a group situation where there may be multiple speakers, the hearing-impaired employee is unable to keep up with the conversation flow. The sign language interpreter will ensure the hearing-impaired employee does not miss information being discussed. Meetings and training are held in the employee s service meeting rooms and/or the large conference room during regular business hours of 7:45am to 4:30pm Monday through Friday. The number of hours a sign language interpreter is needed varies according the hours of training that is needed each year. With three services employing hearing impaired employees that have a monthly staff meeting, we are estimating the total hours, including training, a sign language interpreter will be needed yearly at 50 hours. The sign language interpreter will need to be on-site in the meeting/conference room with the hearing-impaired employee. Background: We have been using this vendor for several years. We have had this vendor on a base plus option years contract which is expiring this year. This will be to create another base plus option years contract. The feedback received from the hearing-impaired employees is always positive and the vendor has developed a good rapport with them. Performance Period: The base performance period will be during regular business hours (7:45am to 4:30pm Monday through Friday) starting October 1, 2019 to September 30, 2020. Four option years are requested starting October 1, 2020 through September 30, 2024. CONTRACT LINE ITEM NUMBERS (CLIN) See attached Price/Cost Schedule Attachment #1 DATE(S) AND PLACE(S) OF DELIVERY Delivery Address: Department of Veterans Affairs James H. Quillen VA Medical (Mt. Home) Corner of Veterans Way & Sidney Mountain Home, TH 37684 The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) 52.212-4, CONTRACT TERMS AND CONIDITIONS COMMERICAL ITEMS (JAN 2017) 52.228-5, INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.219-11, VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) 852.232-72, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The following subparagraphs of FAR 52.212-5 are applicable: 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) 52.219-28. POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3. CONVICT LABOR (JUNE 2003) 52.222-21. PROHIBITION OF SEGREGATED FACILITIES (APR 2015). 52.222-26. EQUAL OPPORTUNITY (SEPT 2016) 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) 52.222-41. SERVICE CONTRACT LABOR STANDARDS (MAY 2014) 52.222-42. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-36 EQUAL OPPORTUNITY ON VETERANS (FEB 2016 52.222-50. COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-55. MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015) 52.222-62. PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) 52.223-18. ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-3. BUY AMERICAN SUPPLIES (MAY 2014) (41 U.S.C. CHAPTER 83) 52.225-13. RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33. PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (31 U.S.C. 3332) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 30 days. 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five (5) years. 52.232.-19 AVAILABILITY OF FUNDS FOR THE NEXT FUSCIAL YEAR Funds are not presently available for performance under this contract beyond September 30. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes 852.219-11, VA Notice of Veteran-Owned Small Business Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Tennessee. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) applies to this acquisition and addenda to the provision re included. See Attachment A 52.212-1 ADDENDA for information concerning: Submitting questions and submitting quotes. FAR 52.212-2, Evaluation Commercial Items (OCT 2014) IS NOT used, See Attachment A 52.212-1 ADDENDA for information concerning documents to include with quote and evaluation factors. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The quoter shall submit their quote on company letterhead and include the Price/Cost Schedule provided with the Statement of Work. Quoter shall include unit price, total, unit quantity and item description as specified above, as quoted discounts, proposed delivery time, name, address, and telephone number of the quoter, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Quoters Representations and Certifications- Commercial Items, and ORCA document. All prospective quoters must include appropriate references which must include all applicable company information. In addition, the quote shall include a separate narrative to specifically communicate the quoter s technical ability to meet the performance requirements and VAAR 852.219-10, Limitations of Subcontracting. Submitted licensing and insurance must be in the name of the prime contractor and only the prime contractor. The quoter should provide past performance evidence. The past performance evaluation results is an assessment of the quoter s probability of meeting the solicitation requirements. This assessment is based on the quoter s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past Performance information from the prime contractor is the only Past Performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. The following factors shall be used to evaluate quotes: Price Technical Capabilities Past Performance Quotes must be received NLT September 10, 2019 by 11:00AM Central Time. Email your quote to Michael.Edwards2@va.gov The subject line must specify Sign Language Interpreter. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. All Veteran Owned Small Business must be registered in Vendor Information Page (VIP), prior to award. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standard for the non-price factor. Acceptability Standard: The quoter s technical narrative demonstrates that the quoter can conform with the requirements as described in the statement of work. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). Before making award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 13.106-3. (End of Provision) 852.252-70. SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer. 852.270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor 852.273-74, AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (SEP 2018) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: Michael Edwards Contracting Officer, NCO 9 Michael.Edwards2@va.gov ATTACHMENTS Attachment #1 Cost/Price Attachment #2 - Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0497/listing.html)
- Document(s)
- Attachment
- File Name: 36C24919Q0497 36C24919Q0497.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142327&FileName=36C24919Q0497-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142327&FileName=36C24919Q0497-000.docx
- File Name: 36C24919Q0497 Attachnment1.Cost.Price.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142328&FileName=36C24919Q0497-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142328&FileName=36C24919Q0497-001.pdf
- File Name: 36C24919Q0497 Attachnment2.WageDetermination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142329&FileName=36C24919Q0497-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142329&FileName=36C24919Q0497-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24919Q0497 36C24919Q0497.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5142327&FileName=36C24919Q0497-000.docx)
- Record
- SN05431954-W 20190907/190905230911-21223a605012842984929ab088d09a1b (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 |