Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SPECIAL NOTICE

R -- ASL Interpreter Services 101

Notice Date
5/8/2024 1:15:03 PM
 
Notice Type
Justification
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
VETERANS BENEFITS ADMIN (36C10D) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10D24Q0157
 
Archive Date
06/07/2024
 
Point of Contact
Edward.Bradford@va.gov, Edward Bradford, Phone: 254-299-9807
 
E-Mail Address
edward.bradford@va.gov
(edward.bradford@va.gov)
 
Award Number
36C10D24P0082
 
Award Date
05/02/2024
 
Awardee
VANCRO CASTLE ROCK 98611-9072
 
Award Amount
148122.00000000
 
Description
SINGLE SOURCE JUSTIFICATION - Urgency Upon the basis of the following justification, the Contracting Officer has determined the proposed action is for an amount not to exceed the simplified acquisition threshold and the circumstances of the contract action deem only one source capable of meeting the Government s requirement for ASL Interpreter Services. Description of the Supply or Service: The Government has a requirement for continued ASL Interpreter Services for a VA Employee changing jobs from the Winston-Salem Regional Office to VACO. Background: Currently the VBA Employee who is requiring these reasonable accommodation, ASL Interpreter services, works for the Winston-Salem Regional Office. She recently was hired to work in a new position, under VACO starting on 5/6/2024. She is requiring ASL Interpreter Services in her new position. Dollar Amount: The estimated total purchase price for this acquisition is $148,122.00. Appropriated funds will be used to obligate this requirement via purchase request number F36BVRE-24-0000006. Authority Cited: FAR 13.106-1(b), Soliciting from a single source. Reason for Authority Cited: In accordance with FAR 13.106-1(b)(1)(i), the Contracting Officer has determined that only one vendor can provide the ASL Interpreter Services required. Based on the urgency of this reasonable accommodation requirement and the fact that these same services are currently being provided under purchase order 36C10E19P0291, VANCRO is the only vendor prepared and capable to start both In-Person and Remote services by 5/6/24. Market Research: Market Research has shown there are capable SDVOSBs in the marketplace to provide the type of services required, but due to the urgent and sensitive nature of these reasonable accommodations needing to be ready by 5/6/24, Vancro has been found to be the only provider able to fill the Government s need. These same services are currently being provided to this employee at the Winston-Salem Regional Office by Vancro through purchase order 36C10E19P0291. Purchase Order 36C10E19P0291 is currently in option period 4, which is scheduled to run through 8/31/24. Based on these facts, the Government intends to issue a single source, logical follow-on purchase order to Vancro to prevent a break in service. This will allow the VA employee to utilize the cadre of ASL Interpreters that she works with in her current capacity. This purchase order will be established to follow similar dates as the current purchase order, 36C10E19P0291. The end date for this new purchase order will be 9/6/24. This will allow time for a base plus 4 option year contract to be solicited open market, 100% SDVOSB set-aside, without creating a break in service. Fair and Reasonable Price: The price of $94.95 per hour for 1560 hours, or $148,122.00 total for the required period of performance is considered fair and reasonable based on a comparison of pricing received from a recent solicitation, 36C10D24Q0090, for similar In-Person and Remote ASL Interpreter Service for the Denver RO. This solicitation produced six qualified quotes ranging in price from $84 per hour to $142.40 per hour. $94.95 per hour falls within the low end of this pricing. Conclusion. Based upon the above findings, I determined the proposed action is justified under FAR 13.106-1(b) and is in the best interest of the Government, with all circumstances listed above in consideration. Pursuant to the FAR 5.102(a)(6), as directed by the FAR 13.106- 1(b)(3), the sole source justification will be posted in accordance with FAR 6.305 after award at the Government Point of Entry (GPE) via FedBizOpps. APPROVED BY: Edward Bradford, CONTENINTAL DISTRICT CONTRACTING TEAM Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd120240eeb7406e8c4b265c3ae70aa6/view)
 
Record
SN07056655-F 20240510/240508230043 (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.