SOLICITATION NOTICE
R -- 70FBR423Q00000174 Sign Language/Cart Services - DR4727-MS
- Notice Date
- 8/21/2023 7:10:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- REGION 4 Atlanta GA 30341 USA
- ZIP Code
- 30341
- Solicitation Number
- 70FBR423Q00000174
- Response Due
- 8/24/2023 10:00:00 AM
- Archive Date
- 09/08/2023
- Point of Contact
- Ashlee Young
- E-Mail Address
-
ashlee.young@fema.dhs.gov
(ashlee.young@fema.dhs.gov)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- � �The Federal Emergency Management Agency (FEMA) has an urgent requirement and is considering the issuance of a fixed rate/labor hour purchase order for American Sign Language and Cart Services in support of disaster declared counties (Jackson, Jasper, Carroll, Humphreys, Monroe, Monroe Manor, Montgomery, Panola, and Sharkey) for DR4727-MS. Request for Quote 70FBR423Q00000174 is issued in accordance with FAR Part 13 Simplified Acquisition Procedures, and Part 12 - Acquisition of Commercial Products and Commercial Services.� This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USO 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A ""local firm"" means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area. This action is a 100% local-small business set-aside for the disaster declared counties in the State of Mississippi (Jackson, Jasper, Carroll, Humphreys, Monroe, Monroe Manor, Montgomery, Panola, and Sharkey). The Service Contract of 1965, as amended (41 U.S.C.)) is applicable for the procurement for American Sign Language Services and CART Services and the following wage determination shall be applicable to the resulting purchase order:� Wage Determination 2015-5147 Rev 21 - Jackson County� Wage Determination 2015-5169 Rev 21 - Jasper County Wage Determination 2015-5157 Rev 20 - Monroe County Wage Determination 2015-5161 Rev 23 - Montgomery, Panola, Carroll County Wage Determination 2015-5163 Rev 23 - Sharkey & Humphrey County Wage Determination 2015-5169 Rev 21 - Jasper County ---------------------------------------------- A. QUESTIONS to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm CST, Tuesday, August 22, 2023. B. RESPONSES to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm CST, Thursday, August 24, 2023. C. Proposal submissions shall not exceed twenty (20) single sided pages, 8 1/2"" x 11-page size, and no smaller than eleven (11) point character size. All proposals should be inclusive of a cover sheet, capability statement, vendor proposals, pricing chart, and/or certifications (as applicable). Contractors are required to adhere to all page limitations, as any information found on pages that exceed any page limitation will not be considered. (Resumes are excluded for this page count requirement) D. The solicitation response requires an active registration with the System for Award Management (SAM) in order to be considered for award. All quote submissions must include the following information on a quote submission cover letter. 1. Tax Identification Number (TIN) 2. Unique Entity Identifier (UEI) Number (Formerly known as DUNS) 3. Authorized Representative Contact Name, Email, and Telephone Number 4. Complete Business Mailing Address 5. Completion of Set-Aside Disaster Notification of FAR 52.226-3 Disaster or Emergency Area Representation. � �(a) Set-aside area. The area covered in this contract is: Jackson, Jasper, Carroll, Humphreys, Monroe, Monroe Manor, Montgomery, Panola, and Sharkey and any counties added in support of DR4727-MS � �(b) Representations. The offer represents that it __________ does ______________ does not reside or primarily do business in the declared disaster counties in support of DR4727-MS. ---------------------------------------------- Evaluation Factors The Government will award a single purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors are listed in its order of importance and shall be used to evaluate offers: Factor 1. Delivery Schedule The Contractor shall provide an earliest availability start date for onsite, virtual/remote, prescheduled or undetermined assignments as needed for sign language interpretation or CART services per the requirements of the statement of work.� Factor 2. Technical Evaluations - Company's Capability/Experience & Certifications The Contractor's proposal response shall be evaluated based upon the Company's current experience and capabilities in accordance with all requirements of the attached statement of work.� The Contractor's proposal shall be evaluated on its ability to provide and/or demonstrate a response to scheduled or unscheduled virtual/remote or in person services on short notice. The Contractor shall provide dedicated staff inclusive of the required certifications, staff availability, resumes to support the DR4727-MS Sign Language and CART Services requirement. Additionally, this plan should provide resolutions of any issues, staff unavailability, unforeseen situations that may arise during assignments received from the Contracting Officer Representative (COR). Factor 3. Past Performance The submitted past performance experience shall be past operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for American Sign Language and CART Services. Experience may include clients and/or contracts entered into with the Federal Government, agencies of the State and Local Governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used.� The Government will consider the above information, as well as information obtained from any other sources when evaluating the offeror's experience. The past performance evaluation will assess the offeror's record of relevant and recent work for government and private sector clients. Factor 4. Price Evaluation In accordance with FAR Subpart 12.209, the Contracting Officer shall determine that a prospective contractor is responsible and that prices offered are reasonable before awarding the contract. The Contracting Officer must ensure that contract terms, and conditions, and prices are commensurate with the Government's needs. *** To account for the Option period possibly under FAR 52.217-8 (maximum of up to six months), Option to Extend Services, the Contracting Officer (CO) will evaluate the option to extend services by six months based on the vendor's final option period price (CLIN �2001), if negotiations are not required at the time of extension. If there is a difference in the amount, the pricing will be evaluated for determination of fair and reasonable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e3b64ca82dd456eb4e2f7d6ebead7fd/view)
- Place of Performance
- Address: MS, USA
- Country: USA
- Country: USA
- Record
- SN06799269-F 20230823/230821230051 (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 |