Interpreting (Sign Langauge) Services DFAS-IN
INTERPRETING (Sign Language) SERVICES DFAS-INDIANAPOLIS REQUEST FOR QUOTES (RFQ) NO: HQ0423-19-R-0051 This is a combined synopsis/solicitation (RFQ) for the purchase of obtaining interpreter (sign lan... INTERPRETING (Sign Language) SERVICES DFAS-INDIANAPOLIS REQUEST FOR QUOTES (RFQ) NO: HQ0423-19-R-0051 This is a combined synopsis/solicitation (RFQ) for the purchase of obtaining interpreter (sign language) services for the deaf and hard of hearing employees on an as needed basis at Defense Finance and Accounting Service (DFAS) in Indianapolis, IN in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Under FAR Part 13.5 the Government intends to award a single firm fixed price (FFP) contract for a base and two (2) one-year option periods. NAICS code for this announcement is 541930. NOTE: Due to the need to coordinate requirements with limited notice and utilizing local interpreters, only service providers with scheduling staff located within the state of Indianapolis will be considered for award. SOLICITATION CLOSING DATE: All quotes must be received by 10 am (Eastern), Monday July 29, 2019. Preferred delivery method for submission of your quote is via email: carrie.e.fairbanks.civ@mail.mil. Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following: •· Unit price per hour (per interpreter) based on estimated 1,450 hours per year for the base year and 1,450 hours for each option year period. •· Vendor Contact Name, Phone Number and Email Address •· Company Cage Code and DUNS Number •· Tax Identification Number •· Business Size: Small/Large/Other: _______________ Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. IMPORTANT REMINDER: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. DESCRIPTION: Defense Finance and Accounting Service (DFAS) requires interpreter (sign language) services on an as needed basis as described in the Performance Work Statement (attached separately). Item 001: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1,450 hours provided on an as-needed basis during the base year period of performance. Unit price shall be provided per interpreter per hour. Item 002: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1,450 hours provided on an as-needed basis during the first option year period of performance. Unit price shall be provided per interpreter per hour. Item 003: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1,450 hours provided on an as-needed basis during the second option year period of performance. Unit price shall be provided per interpreter per hour. Place of Performance, inspection and acceptance: DFAS Indianapolis, IN throughout the facilities occupied by the Agency (Buildings 1 also known as the Emmett J. Bean Federal Center) located at 8899 East 56th Street, Indianapolis, IN 46249. Though the location specified above will be the primary place of performance, services may also be required for DFAS-sponsored events at offsite locations in the metro Indianapolis region. Period of Performance: This contract will be established for a one (1) year* base period with two (2) one-year option periods. (*From date of award.) BASIS FOR AWARD: The Government will award a contract resulting from this announcement to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. DFAS reserves the right to issue an order to a vendor for reasons other than the lowest price. To permit a thorough and effective evaluation, the quote should be as concise, complete and clear as possible so as to permit the Government to make evaluation of the quote without further information being required from the quoter. Inclusion of any important consideration not covered by this request is encouraged. The Government reserves the right to make a determination whether a quote is acceptable or unacceptable solely on the basis of the information submitted and proceed without requesting additional information. Therefore, each response should be submitted in the most favorable terms satisfying the RFQ requirement. The following factors shall be used to evaluate quotes: past performance, key personnel and price. The following should be addressed in your quote: PAST PERFORMANCE: The provided information should be for relevant past performance within the last three (3) years and clearly demonstrate the contractor's ability to provide certified interpreters, customer satisfaction, effective scheduling and communication, including accuracy of invoices. Quoters shall furnish at least three (3) references, but no more than five (5), regarding the quoter's past performance which shall include current point of contact information. The information submitted should reflect an experience in similar types of contracts. Preference will be given to quoters who have provided similar services at a DFAS Government installation or familiarity with Government finance and accounting operations. Nondisclosure of applicable past performance information, which may reflect poorly upon the Quoter's capability, will be considered accordingly. KEY PERSONNEL: Resume and other supporting documents demonstrating relevant qualifications, certifications (as applicable), background and knowledge, in sufficient detail, to demonstrate the capability of the Contractor's designated Point of Contract. (Reference A.3 in the Performance Work Statement.) PRICE: The provided information should clearly identify the unit price per hour for interpreter for the base year and three (3) one-year option periods as described above. A pricing and Contractor information spreadsheet has been included as a separate attachment titled Schedule of Items Table to assist with submission of pricing for your convenience. Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5) The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAR Clause 252.232-7006. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. Provisions by Reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1 Instruction to Offerors - Commercial Items (OCT 2018) FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (OCT 2018) FAR 52.217-5 Evaluation of Options (JUL 1990) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) Clauses by Reference: FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.203-3 Gratuities (APR 1984) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 523.253-1 Computer Generated Form (JAN 1991) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016) DFAR 252.232-7003 Electronic Submission of Payment Requests (DEC 2018) DFAR 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.243-7002 Requests for Equitable Adjustment (DEC 2012) DFARS 252.244-7000 Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023 Transportation of Supplies by Sea - Basic (FEB 2019) Clauses by Full Text: (Attached Separately) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2019) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) WAGE DETERMINATION: The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference (FAR 52.212-5). Wage Determination No 1988-0742, Revision No 43, dated 4/2/19 is applicable to this solicitation and has been attached separately. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination: The General Schedule (GS) equivalent to this position is as follows: Employee Class: Interpreter (Sign Language) - GS-9 with a minimum Monetary Wage - Fringe Benefits of $23.80 per hour. QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to carrie.e.fairbanks.civ@mail.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline. Telephone requests will not be honored. The Government's response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »