Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SPECIAL NOTICE

99 -- Extension to Sign Language Interpreting Services (SLIS) - HM0177-14-C-0012

Notice Date
12/5/2019 9:13:29 AM
 
Notice Type
Special Notice
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)
 
ZIP Code
00000
 
Response Due
12/16/2019 6:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Laura Nachison, Phone: 5715587450, Bradley R. Austin, Phone: 5715579854
 
E-Mail Address
Laura.C.Nachison@nga.mil, bradley.r.austin@nga.mil
(Laura.C.Nachison@nga.mil, bradley.r.austin@nga.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pursuant to Federal Acquisition Regulation (FAR) 6.302-1, the National Geospatial-Intelligence Agency (NGA) intends to issue a sole source modification to an existing Contract Number HM0177-14-C-0012 with MAF Interpreting, Incorporated, 4523 Cheltenham Drive, Bethesda, MD 20814-4601, to continue providing interpreting services for the hearing impaired in support of the Rehabilitation Act of 1973, as amended, in Title V, Section 501, which provides for reasonable accommodations for employees with a disability. The current requirements provides services to NGA’s employees through the following means: Daily On-Site Services (DOS) Dedicated Interpreters Intermittent Interpreting Services Temporary Duty Assignments DeploymentsThe current contract expires on December 29, 2019. This action will extend the period of performance for the existing contract for a total of 33 days to January 31, 2019.2. The sole source modification to the existing contract will provide interpreting services at both NGA Campuses East and West, Arnold, MO, Wright Patterson Air Force Base, OH, andOCONUS. The extension is needed to permit award of the follow-on contract. Additionally, provision for transition will be included to facilitate a smooth transition to the follow-on contract.3. MAF Interpreting, Inc. is the only vendor who can provide the required level of support necessary to avoid operational impacts to the vast user community. MAF Interpreting, Inc. possesses the current skills, experience, and clearances to continue operations in various locations. Their support personnel are currently in place with the appropriate skills and experience and make them the most risk averse and cost effective solution for this extension period. Any change in Contractor prior to award of a follow-on contract would impact services in the locations mentioned above and introduce additional risk to our customer base and degrade their operational effectiveness.4. This notice of intent is being published in accordance with FAR 5.2 requiring the dissemination of information on proposed contract actions. The statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. There is a reasonable basis to conclude that the highly specialized supplies or services are available from only one responsible source and no other supplies or services will satisfy agency requirements. Further, award of this requirement to a different source would result in an unacceptable delay in fulfilling the agency’s requirements.5. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capability in response to the requirement. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.6. The Government will issue a Justification and Approval (J&A) to support the need for a sole source award. The J&A will be posted to the GPE at http://www.beta.SAM.gov 14 days after award of the modification.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca2bc4acd9ce4dac922d2754444423e6/view)
 
Place of Performance
Address: 74592, VA 22150, USA
Zip Code: 22150
Country: USA
 
Record
SN05509807-F 20191207/191205230245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.