The RFP Database
New business relationships start here

Limited English Proficiency and Interpretation Requirement


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources.

The Department of Housing and Urban Development (HUD) is contemplating establishing a contract under NAICS Code(s) 541930, Translation and Interpretation Services and the Small Business Standard is 7.5 million, PSC Code R608, Translation and Interpreting Services (including Sign Language), onsite, written and telephonic interpretation services and is issuing this Request for Information (RFI) in order to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government's requirements.


Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that the prime contract is awarded to an applicable small business and that small business provides fifty-one percent or more of the support.


Please review Performance Work Statement (PWS) and provide your feedback to Gabriel Wright at Gabriel.G.Wright@hud.gov. Please call 202-402-4471 if there are questions.


So, what exactly is HUD contemplating acquiring?



BACKGROUND
The Department published its final "Guidance to Federal Financial Assistant Recipients Regarding Title VI Prohibition Against National Origin Discrimination Affecting Limited English Proficient (LEP) Persons" (Guidance) as required by Executive Order (EO) 13166 on January 22, 2007. EO 13166 directs federal agencies that extend assistance, subject to the requirements of Title VI, to publish Guidance to clarify recipients' obligations to Limited English Proficiency (LEP) persons. EO 13166 requires federal agencies to assess and address the needs of otherwise eligible persons seeking access to federally-conducted programs and activities who, due to LEP, cannot fully and equally participate in or benefit from those programs and activities.


GENERAL DESCRIPTION OF WORK
The HUD-wide service contractor will also conduct telephonic oral interpretation at a fixed rate for all foreign languages. This service will provide HUD employees the ability to communicate with and aid LEP persons through telephonic oral interpretation services.


The Contractor will provide on-site simultaneous and consecutive interpretation for HUD staff to communicate and interact with limited English Proficient (LEP) persons in official HUD meetings to discuss HUD housing, services, and programs. The Contractor will also provide quality written translation of existing HUD vital documents and any other HUD published and related materials to include posters, forms, brochures, pamphlets, website text, blogs, applications, correspondence and other documents that will be used by persons who are limited English proficient (LEP). These documents will educate and advise persons who are LEP of the Department's housing, services, programs, and will help to ensure equal access on a non-discriminatory basis. Both services demonstrate HUD's commitment in providing equal access to its programs, services, and activities.


CONTEMPLATED PERFORMANCE METRICS Telephonic Interpretation
Performance Measure Performance Objective Performance Standard Minimum Acceptable Quality Level Surveillance Method Incentive/Disincentive
Quality Control Plan The Contractor shall prepare and deliver a Quality Control Plan 100% Compliance 99% 100% Inspection Redo and Non-payment of invoice until acceptable
Monthly Status Report
The Contractor shall provide monthly status reports 100% Compliance 99% 100% inspection Redo and Non-payment of invoice until acceptable
Customer Service
The Contractor shall provide customer service. The Contractor shall provide customer service 24 hours a day, 7 days a week, 356 days a year. 99% Random observations via test calls and customer complaints Negative CPARs rating
Quality of Service Delivery
The Contractor shall maintain an acceptable connection time between caller and interpreter. The Contractor shall maintain a > 17 second connection time between caller and interpreter. 99% Random observations via test calls and customer complaints Negative CPARs rating
CONTEMPLATED PERFORMANCE METRICS Document and ASL Interpretation


Performance
Measure Performance
Objective Performance
Standard
Minimum
Acceptable
Quality Level Surveillance
Method Incentive/Dis-incentive
Written Interpretation/ Progress Report Quarterly Progress Report 100% Compliance 99% 100% Inspection Redo and Non-payment of invoice until acceptable
CART Services Quarterly Progress Report 100% Compliance 99% 100% Inspection Redo and Non-payment of invoice until acceptable
American Sign Language Interpretation Quarterly Progress Report 100% Compliance 99% 100% Inspection Redo and Non-payment of invoice until acceptable
Braille Interpretation Quarterly Progress Report 100% Compliance 99% 100% Inspection Redo and Non-payment of invoice until acceptable


CONTEMPLATED REPORT REQUIREMENTS
Progress Reports and Monthly Reports


CONTEMPLATED MAGNITUDE OF THE PROJECT
One million to Two million for a Base + 4 Options


CONTEMPLATED PLACE OF PERFORMANCE
Contractor's Site unless the requirement is for in person interpretation and sign language services.


RESPONSE REQUESTED


Small Businesses are encouraged to respond.
This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond.
The capability statement shall address, at a minimum, the following for the past three years:
1. Name and address of company and or companies (if there is a teaming arrangement or joint venture);
2. Do you have a GSA Schedule? If yes, what is the contract number?
3. Technical expertise relevant to the requirement;
4. Technical approach relevant of the requirement (1 to 2 paragraphs);
5. Management approach relevant to the requirement (1 to 2 paragraph);
6. Corporate experience relevant to the requirement (1 to 2 paragraph);
7. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code;
8. Whether you have had unequal access to any information relevant to the acquisition that could provide an unfair competitive advantage;
9. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer:


• Contract name;
• Contracting Agency or Department, POC and contact information;
• Yearly contract value (in $);
• Whether your firm was the prime or a subcontractor;
• Period of performance;
• Description of work and how it relates to the requirements.


Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 7 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed.

Only electronic copies of capability statements will be accepted and should be emailed to: Gabriel.G.Wright@hud.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - Limited English Proficiency and Interpretation Requirement. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government.

All interested contractors should submit their capability statements by TIME 10:00am on DATED February 19, 2019, attention POC Gabriel.G.Wright@hud.gov. Late responses will not be considered.


Gabriel Wright, Contract Specialist, Phone 2024024471, Email gabriel.g.wright@hud.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP