The RFP Database
New business relationships start here

Sign Language/Interpreter Services


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

Solicitation: N0017419Q0044


Agency/Office:
Naval Sea Systems Command
Location:
NSWC IHEODTD
Title:
Sign Language/Interpreter Services Contract
Description(s):


This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. The commercial services are being acquired IAW FAR Subpart 13.5 "Simplified Procedures for Certain Commercial Items." This announcement constitutes the only solicitation and quotes are being requested.


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice effective 31 May 2019.


The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NWSC IHEODTD) has a requirement for Sign Language/Interpreter Services. The resulting contract will include the following:


CLIN0001 - Base Year - LABOR
CLIN0002 - Base Year - ODCs
CLIN1000 - Option Year 1 - LABOR
CLIN1001 - Option Year 1 - ODCs
CLIN2000 - Option Year 2 - LABOR
CLIN2001 - Option Year 2 - ODCs
CLIN3000 - Option Year 3 - LABOR
CLIN3001 - Option Year 3 - ODCs
CLIN4000 - Option Year 4 - LABOR
CLIN4001 - Option Year 4 - ODCs


The following option clause applies to this acquisition (see solicitation for clause by full-text):


FAR 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)


The contractor shall provide interpreter services for the Deaf/Hard of Hearing (HoH) employees. Activities may include, but are not limited to, intercepts, voiceovers, and sign language in various settings where a manager or an employee may require the services of an interpreter for the Deaf/HoH. Interpreters must be able to interpret/translate fluently and understand the continuum of sign communication. The contractor shall provide at a minimum, interpreting services in American Sign Language (ASL). One interpreter is used for assignments, except when meetings are anticipated or are scheduled for more than two hour and/or situations indicate a need for additional interpreters.


**Please review Statement of Work (SOW) for an extended description of the requirements of this action.
This requirement is being issued as a Total Small Business Set-Aside. The NAICS code is 541930, the size standard is 7.5 (millions of dollars), and the FSC is R608. The method of Source Selection will be based on Lowest Price Technically Acceptable (LPTA). Offerors must meet aforementioned salient characteristics to be determined technically acceptable. The Government reserves the right to consider past performance information available from sources including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (FAPIIS).


The resulting contract will be a Firm-Fixed Price (FFP) Commercial Services contract.


UNLESS AVAILABLE VIA System for Award Management (SAM), THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF FAR 52.212-3, Offeror Representation and Certifications - Commercial Items PROVISION WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE.


All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition.


The following addenda is provided to this provision: Request for Quotation (RFQ) should be submitted and shall contain the following information: Solicitation number; Time specified for receipt of offers; Name; Address; Telephone number of offeror; Terms of the expressed warranty; Price; Payment terms; Any discount terms; F.O.B. Destination; CAGE code; DUNS number; Tax ID number; and Acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price, and total amount. Offerors that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration.

52.202-1, Definitions (Nov 2013)
52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
52.204-7, System for Award Management (Oct2018)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)
52.211-15, Defense Priority and Allocation Requirements (Apr 2008)
52.227-1, Authorization and Consent (Dec 2007)
52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007)
52.232-1, Payments (Apr 1984)
52.232-8, Discounts for Prompt Payment (Feb 2002)
52.232-11, Extras (Apr 1984)
52.232-23, Assignment of Claims (May 2014)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.233-1, Disputes (May 2014)
52.242-13, Bankruptcy (Jul 1995)
52.242-15, Stop-Work Order (Aug 1989)
52.243-1, Changes--Fixed Price (Aug 1987)
52.249-2, Termination for Convenience of the Government (Fixed-Price) (Apr 2012)
52.249-8, Default (Fixed-Price Supply & Service) (Apr 1984)
52.249-12, Termination (Personal Services) (Apr 1984)
252.201-7000, Contracting Officer's Representative (Dec 1991)
252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011)
252.204-7003, Control Of Government Personnel Work Product (Apr 1992)
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)
252.225-7048, Export-Controlled Items (Jun 2013)
252.231-7000, Supplemental Cost Principles (Dec 1991)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
252.232-7010, Levies on Contract Payments (Dec 2006)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013)
252.243-7001, Pricing Of Contract Modifications (Dec 1991)


**Please see the attached solicitation for full text clauses and additional information regarding this procurement.


Offerors responding to this solicitation may submit their quote via email to Joshua M. Denton at joshua.m.denton@navy.mil. Responses should include the following:


1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of items, shipping fees, etc.
2.) The company's CAGE code, Dun, and Taxpayer ID number.
3.) All FAR certifications and representations must also accompany the quote unless available via the System for Award Management (SAM).
4.) Any questions must be submitted 15 days after issuance of this solicitation. Offers must be received no later than 3:00 p.m. EST on 24 September 2019.


**Submit offers to Joshua M. Denton via e-mail: joshua.m.denton@navy.mil. Offerors are reminded that ALL proposal information must be received no later than the date and time specified in this paragraph. Any information received after that date/or time will be deemed late and will not be considered for award.


 


 


Joshua M. Denton, Contract Specialist, Phone 3017442596, Email joshua.m.denton@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP