The RFP Database
New business relationships start here

OPTION - Sign Language Interpreter


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR220Q00000002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22020-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-10-21 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/01/2019 - 01/29/2020LI 001: The contractor shall provide Spanish Sign
Language Interpreters Services
Hourly Rate ______________, 2, EA;Option 1 Period of Performance: 01/30/2020 - 04/28/2020LI 001: Option 1: The contractor shall provide Spanish
Sign Language Interpreters Services
Hourly Rate______________, 2, EA;Option 2 Period of Performance: 04/29/2020 - 07/28/2020LI 001: Option 2: The contractor shall provide Spanish
Sign Language Interpreters Services
Hourly Rate______________, 2, EA;Option 3 Period of Performance: 07/28/2020 - 10/28/2020LI 001: Option 3: The contractor shall provide Spanish
Sign Language Interpreters Services
Hourly Rate______________, 2, EA;Option 4 Period of Performance: 10/29/2020 - 01/28/2021LI 001: Option 4: The contractor shall provide Spanish
Sign Language Interpreters Services
Hourly Rate______________, 2, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.(a) Set-aside area. The area covered in this contract is in the designated locations within Puerto Rico.
(b) Representations. The offeror represents that it does or does not reside or primarily do business in the
designated set-aside area.
(c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the
last twelve monthsb
(1) The offeror had its main operating office in the area; and
(2) That office generated at least half of the offerorbs gross revenues and employed at least half of the
offerorbs permanent employees.
(d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in
determining whether an offeror resides or primarily does business in the set-aside area includeb
(1) Physical location(s) of the offerorbs permanent office(s) and date any office in the set-aside area(s)
was established;
(2) Current state licenses;
(3) Record of past work in the set-aside area(s) (e.g., how much and for how long);
(4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area;
(5) Percentage of the offerorbs gross revenues attributable to work performed in the set-aside area;
(6) Number of permanent employees the offeror employs in the set-aside area;
(7) Membership in local and state organizations in the set-aside area; and
(8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For
example, sole proprietorships may submit utility bills and bank statements.
(e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall
furnish documentation to support its representation if requested by the Contracting Officer. The
solicitation may require the offeror to submit with its offer documentation to support the representation.
(End of provision)(a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the
designated locations within Puerto Rico. Offers received from other businesses shall not be considered.
(b) This set-aside is in addition to any small business set-aside contained in this contract.
(End of clause)The Defense Priorities and Allocation System (DPAS) applies to this acquisition.(a) The Government may extend the term of this contract by written notice to the Contractor within 3
days within which the Contracting Officer may exercise the option; provided that the Government gives
the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract
expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed 18 months.
(End of clause)The Government may require continued performance of any services within the limits and at the rates
specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates
provided by the Secretary of Labor. The option provision may be exercised more than once, but the total
extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may
exercise the option by written notice to the Contractor within three (3) days.
(End of Clause)The Government may increase the quantity of supplies called for in the Schedule at the unit price
specified. The Contracting Officer may exercise the option by written notice to the Contractor
within 3 days period of time in which the Contracting Officer has to exercise the option. Delivery
of the added items shall continue at the same rate as the like items called for under the contract,
unless the parties otherwise agree.
(End of Clause)

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP