Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2024 SAM #8215
SOURCES SOUGHT

R -- NATIONWIDE SIGN LANGUAGE INTERPRETING & COMMUNICATION ACCESS REALTIME TRANSLATION SERVICES

Notice Date
5/23/2024 1:16:18 PM
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
INTERNAL REVENUE SERVICE ANCHORAGE AK 99508 USA
 
ZIP Code
99508
 
Solicitation Number
5000185490
 
Response Due
5/31/2024 9:00:00 AM
 
Archive Date
06/15/2024
 
Point of Contact
James Eckhardt
 
E-Mail Address
james.e.eckhardt@irs.gov
(james.e.eckhardt@irs.gov)
 
Description
INTENT OF NOTICE This is a Sources Sought Notice (SSN) and Request for Information (RFI) and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted �to determine whether there are adequate Small Business contractors for the following proposed procurement, as well as collect any comments relating to the Performance Work Statement. DESCRIPTION OF SERVICES This requirement is to provide interpreting services which facilitate communication between the DHOH population and the hearing population. The vendor shall provide SLI services as required for interpreter service requests from employees, applicants, guest and visitors of the offices and organizations serviced by the IRS. The vendor shall provide qualified and experienced sign language interpreters within the identified locations at a 97% or above fill rate (measured monthly). The vendor shall utilize appropriate methods, including but not limited to American Sign Language, Signed Exact English, Pidgin Sign language, Contact Sign, Close Vision, Oral, Legal, Protactile, and tactile for the Deaf-Blind, for the situation(s) and the individual(s) being served. The vendor shall provide interpreters who possess the required certifications and skills to ensure effective communication occurs, that the subject matter and attitudes of both parties are conveyed while transmitting all conversations and communications accurately and objectively. The vendor will perform the services on an as needed basis.� The IRS will determine the frequency (ad hoc, on call, or daily) based the Agency�s need. See attached Performance Work Statement for more information. TYPE OF CONTRACT The work under this contract is firm fixed price contract. LOCATION OF SERVICES Most be able to provide services to all IRS locations throughout the United States and its outlying areas. ANTICIPATED CONTRACT SERVICE PERIODS Base Period �������������������������� ����������� ����������� March 9, 2025 to March 8, 2026 Option Period 1����������������������������� ��������������� March 9, 2026 to March 8, 2027 Option Period 2��������������������������������������� ����� March 9, 2027 to March 8, 2028 Option Period 3�������������������������������������� ������ March 9, 2028 to March 8, 2029 Option Period 4���������������������������� ���������������� March 9, 2029 to March 8, 2030 Option to Extend Services (FAR 52.217-8) �� March 9, 2030 to September 8, 2030 SIZE STANDARD The applicable NAICS code is 541930, Translation and Interpretation Services, and the small business size standard is $22.5 million. SELECTION/AWARD PROCEDURES The award will be made utilizing a best value trade off methodology. The objective of the selection method is to select the proposals that represent the best value to the Government. The award will be made to the responsible Offeror whose proposal/quote conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, it is anticipated that the lowest priced technically acceptable proposal will be considered the best value to the government. RESPONSE INFORMATION Interested vendors shall complete the attached form no later than 12:00 PM on May 31, 2024 and return it to james.e.eckhardt@irs.gov along with a 1 page capability statement. If the vendor has any comment as it pertains so the PWS they shall use and complete the attached excel file title �Request for Information Comments�. Please specify the page #, the section and the reference/language you are making comment to ensure the government may evaluate properly. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses.� Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.Sam.Gov.� A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7030b8a8c1f747269e84788be2227300/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07075939-F 20240525/240523230104 (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.