The RFP Database
New business relationships start here

American Sign Language (ASL) Interpretive Support Services - NAVFAC Northwest Area of Responsibility (AOR)


Washington, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

Description


This is a combined synopsis/solicitation 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; quotations are being requested, and a written solicitation document will not be issued. 


This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.


The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 Translation and Interpretation Services, with a small business size standard of $7,500,000.


 NAVFAC Northwest is soliciting for a firm-fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Interpretive Services Contract (ISC) to support deaf employees who need a translator for meetings, training events, and all hands calls in the NAVFAC Northwest Area of Responsibility (AOR). The NAVFAC Northwest AOR is described under "Place of Performance"

The proposed procurement will be set aside for small business concerns, and will utilize full and open competition, and a single FFP IDIQ will be awarded as a result.


All interested companies shall provide a quotation in accordance with the following:


       -Enclosure 1- FAR 52.212-1, "Instructions to     Offerors-Commercial Items" (Jan 2017).


 Enclosure 2- FAR 52.212-1 Addendum "Instructions to Offerors-Commercial Items" (Jan 2017).
Enclosure 3- FAR 52.212-2, "Evaluation - Commercial Items" (Oct 2014).
Enclosure 4- Performance Work Statement.
Attachment A- Pre Quotation Inquiry.
Attachment B- Schedule of Services.
Attachment C- Relevant Contract Experience Data Sheet.
Attachment D- Past Performance Questionnaire.


The estimated Period of performance for this contract is one base year and four one year option periods.


Tasks shall be provided as required on a task order basis.


Place of Performance


The work will be performed within the Naval Facilities Engineering Command (NAVFAC) Northwest Area of Responsibility (AOR) including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State in the greater Puget Sound area; however, services could be required anywhere in the United States." For the purpose of this contract, the greater Puget Sound area is defined as the following locations Naval Base Kitsap (NBK) Bangor, NBK Bremerton to include Naval Magazine (NAVMAG) Indian Island, Naval Undersea Warfare Command (NUWC) Keyport, Manchester Fuel Depot, Puget Sound Naval Shipyard, and Bremerton Naval Hospital; Naval Station Everett to include Naval Radio Station at Jim Creek; and Smokey Point Naval Station, Everett; and Naval Air Station (NAS) Whidbey Island. It is anticipated that the primary locations for these services will be NBK Bangor and NAS Whidbey Island. While these locations are considered primary, additional services may be required for the other aforementioned locations.


Award shall be made to the offeror whose quote provides the lowest price technically acceptable submission. The Government will evaluate quotes based on the following evaluation criteria: Factor 1 technical capability, Factor 2 past performance, and price. The three lowest priced quotes will be evaluated for technical acceptability, if the lowest three quotes are reviewed and not found to be technically acceptable the evaluation board will continue to review the next lowest three quotes until one is determined to be technically acceptable. Additional information is provided in enclosure 3 FAR 52.212-2, Evaluation-Commercial Items.


The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.


The following solicitation clauses, provisions, and Class deviations apply to this acquisition:


FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jan 2017), enclosure 1.
FAR 52.212-1 Addendum "Instructions to Offerors-Commercial Items" (Jan 2017), enclosure 2.
FAR 52.212-2, "Evaluation - Commercial Items" (Oct 2014), enclosure 3.

•·         FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Nov2017).

•·          FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" (Jan 2017)

•·         FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items" (Nov 2017).


FAR 52.203-3, "Gratuities" (Apr 1984).
FAR 52.204-16, "Commercial and Government Entity Code Reporting" (Jul 2016).
FAR 52.204-18, "Commercial and Government Entity Code Maintenance" (Jul 2016).
FAR 52.204-21, "Basic Safeguarding of Covered Contractor Information Systems" (Jun 2016).
FAR 52.209-7, "Information Regarding Responsibility Matters" (Jul 2013).
FAR 52.209-12, "Certification Regarding Tax Matters" (Feb 2016).
FAR 52.216-18, "Ordering" (Oct 1995).
FAR 52.216-19, "Order Limitations" (Oct 1995).
FAR 52.216-22, "Indefinite Quantity" (Oct 1995).
FAR 52.217-5, "Evaluation of Options" (Jul 1990).
FAR 52.217-9, "Option to Extend the Term of the Contract" (Mar 2000).
FAR 52.232-40, "Providing Accelerated Payments to Small Business Subcontractors" (Dec 2013).
DFARS 252.203-7000, "Requirements Relating to Compensation of Former DoD Officials."
DFARS 252.203-7003, "Agency Office of the Inspector General" (Dec 2012).
DFARS 252.203-7005, "Representation Relating to Compensation of Former DoD Officials."
DFARS 252.204-7008, "Compliance with Safeguarding Covered Defense Information Controls" (Oct 2016).
DFARS 252.204-7009, "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information" (Oct 2016).
DFARS 252.204-7011, "Alternative Line Item Structure" (Sep 2011)
DFARS 252.204-7012, "Safeguarding Covered Defense Information and Cyber Incident Reporting" (Oct 2016).
DFARS 252.213-7000, "Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations" (Jun 2015).
DFARS 252.215-7007, "Notice of Intent to Resolicit" (Jun 2012)
DFARS 252.215-7008, "Only One Offer" (Oct 2013).
DFARS 252.222-7007, "Representation Regarding Combating Trafficking in Persons" (Jan 2015).
DFARS 252.226-7001, "Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns" (Sep 2004).
DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports" (Jun 2012).
DFARS 252.232-7006, "Wide Area WorkFlow Payment Instructions" (May 2013).
DFARS 252.232-7009, "Mandatory Payment by Governmentwide Commercial Purchase Card" (Dec 2006).
DFARS 252.232-7010, "Levies on Contract Payments" (Dec 2006).
DFARS 252.243-7002, "Requests for Equitable Adjustment" (Dec 2012).
DFARS 252.244-7000, "Subcontracts for Commercial Items" (Jun 2013).
Class Deviation 2013-00019, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued September 25, 2013.


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.


All offerors, shall submit their quotation as specified in FAR 52.212-1, FAR 52.212-1 addendum, and FAR 52.212-2.


All quotations shall be e-mailed to brian.begley@navy.mil


This is an open-market combined synopsis/solicitation for interpretive services as defined in the performance work statement, enclosure 4. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:


The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.


Submission shall be received not later than 2PM Pacific Standard Time on 7 March 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).


Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point of contacts listed below.


Point of Contact


Contract Specialist: Nicole Riffe email: nicole.riffe@navy.mil

Contracting Officer Brian Begley email: brian.begley@navy.mil

Brian Begley, Contracting Officer, Email brian.begley@navy.mil - Nicole R. Riffe, Contract Specialist, Email nicole.riffe@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP