R6--OPTION - LANGUAGE SUPPORT SERVICES DR-4339-PR/ Hurricane María
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 solic... 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 70FBR223Q00000025 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $20.00M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-02-15 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. 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: 03/01/2023 - 05/29/2023 LI 001: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services, for the entire area of Puerto Rico (DR-4339-PR) in accordance to the statement of work - during normal business hours (Monday-Friday; 8:00am to 5:00pm). Labor Hour (L/H)., 700, HR; LI 002: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services for the entire area of Puerto Rico (DR-4339-PR) in accordance with the statement of work - after normal business hours. Labor Hour (L/H)., 100, HR; LI 003: Simultaneous English/Spanish Interpretation with the needed equipment (booths, transmitters, technician, setup/strike receivers). Firm-fixed price (FFP)., 10, DA; LI 004: Travel Costs - Mileage (as per Federal Travel Regulations). Not to exceed (NTE) amount., 1, LO; Option 1 Period of Performance: 05/30/2023 - 08/27/2023 LI 001: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services, for the entire area of Puerto Rico (DR-4339-PR) in accordance to the statement of work - during normal business hours (Monday-Friday; 8:00am to 5:00pm). Labor Hour (L/H)., 700, HR; LI 002: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services for the entire area of Puerto Rico (DR-4339-PR) in accordance with the statement of work - after normal business hours. Labor Hour (L/H)., 100, HR; LI 003: Simultaneous English/Spanish Interpretation with the needed equipment (booths, transmitters, technician, setup/strike receivers). Firm-Fixed Price (FFP)., 10, DA; LI 004: Travel Costs - Mileage (as per Federal Travel Regulations). Not to exceed (NTE) amount., 1, LO; Option 2 Period of Performance: 08/28/2023 - 11/25/2023 LI 001: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services, for the entire area of Puerto Rico (DR-4339-PR) in accordance to the statement of work - during normal business hours (Monday-Friday; 8:00am to 5:00pm). Labor Hour (L/H)., 700, HR; LI 002: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services for the entire area of Puerto Rico (DR-4339-PR) in accordance with the statement of work - after normal business hours. Labor Hour (L/H)., 100, HR; LI 003: Simultaneous English/Spanish Interpretation with the needed equipment (booths, transmitters, technician, setup/strike receivers). Firm-Fixed Price (FFP)., 10, DA; LI 004: Travel Costs - Mileage (as per Federal Travel Regulations). Not to exceed (NTE) amount., 1, LO; Option 3 Period of Performance: 11/26/2023 - 02/23/2024 LI 001: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services, for the entire area of Puerto Rico (DR-4339-PR) in accordance to the statement of work - during normal business hours (Monday-Friday; 8:00am to 5:00pm). Labor Hour (L/H)., 700, HR; LI 002: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services for the entire area of Puerto Rico (DR-4339-PR) in accordance with the statement of work - after normal business hours. Labor Hour (L/H)., 100, HR; LI 003: Simultaneous English/Spanish Interpretation with the needed equipment (booths, transmitters, technician, setup/strike receivers). Firm-Fixed Price (FFP)., 10, DA; LI 004: Travel Costs - Mileage (as per Federal Travel Regulations). Not to exceed (NTE) amount., 1, LO; Option 4 Period of Performance: 02/24/2024 - 05/23/2024 LI 001: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services, for the entire area of Puerto Rico (DR-4339-PR) in accordance to the statement of work - during normal business hours (Monday-Friday; 8:00am to 5:00pm). Labor Hour (L/H)., 700, HR; LI 002: In-Person English/Spanish and American/Puerto Rican Sign Language (ASL/PRSL) Interpreter Services for the entire area of Puerto Rico (DR-4339-PR) in accordance with the statement of work - after normal business hours. Labor Hour (L/H)., 100, HR; LI 003: Simultaneous English/Spanish Interpretation with the needed equipment (booths, transmitters, technician, setup/strike receivers). Firm-Fixed Price (FFP)., 10, DA; LI 004: Travel Costs - Mileage (as per Federal Travel Regulations). Not to exceed (NTE) amount., 1, LO; 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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. SEE ATTACHMENT. MUST COMPLETE AND RETURN WITH BID TO BE CONSIDERED FOR AWARD. SEE ATTACHMENT. MUST COMPLETE AND RETURN WITH BID TO BE CONSIDERED FOR AWARD. 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to marketplacesupport@unisonglobal.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. This solicitation is set-aside for local firms. In this case "local firms" is defined as those companies residing or doing business primarily in the Commonwealth of Puerto Rico. This local area set-aside is in accordance with FAR 26.202 and the Robert T. Stafford Disaster Relief and Emergency Act (42 U.S.C. 5121), which states preference shall be given, to the extend feasible and practicable, to local firms when awarding emergency response contracts during a major disaster. PROPOSALS WILL ONLY BE CONSIDERED FROM COMPANIES RESIDING OR DOING BUSINESS PRIMARILY IN THE COMMONWEALTH OF PUERTO RICO. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within the Commonwealth of Puerto Rico, which will be verified upon selection for award or otherwise will be determined ineligible for award. Local vendor determination will be based on SAM registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation IAW FAR 52.226-3(c). Evaluation of Quotations or Offers - The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced Technically Acceptable (LPTA) quote meeting the specifications of the requirement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To account for the option periods possible under 52.217-8 (maximum of six months), Options to Extend Services, the Government will evaluate the option to extend services by adding six months of the offeror’s final option period price to the offeror’s total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6-month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at contract award. If, at the end of the contract’s/order’s period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period. 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. The Contractor/Provider shall comply fully with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination against qualified individuals with disabilities. No otherwise qualified individual with a disability shall, solely by reason of his or her disability, be excluded from participation in, be denied the benefits of, or subjected to discrimination under any program or activity for which the Contractor/Provider is awarded a contract and/or receives federal financial assistance from the Federal Emergency Management Agency. This includes, but is not limited to, providing reasonable accommodations and modifications to ensure effective communication access, physical access, and program access to all participants, including persons with disabilities. The Contractor/Provider shall incorporate this language in any subcontracts related to the provision of the FEMA public-facing program or activity. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2022), FAR 52.219-6, Notice of Total Small Business Set-Aside; paragraph (a), the following clauses in paragraph (b): 52.222-3, Convict Labor, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.226-4, Notice of Disaster or Emergency Area Set-Aside; 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area; 52.232-33, and the following clauses on paragraph (c): 52.222-41, Service Contract Labor Standards, 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, 52.222-62, Paid Sick Leave Under Executive Order 13706. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.202-1 Definitions; 52.204-7 System for Award Management; 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-13 System for Award Management Maintenance;52.204-16 Commercial and Government Entity Code Reporting; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.222-3, Convict Labor; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Related to Iran – Representation and Certifications; 52.232-1 Payments, 52.232-39 Clause for Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-2 Termination for Convenience of the Government (Fixed Price);52.252-2 Clauses Incorporated by Reference. The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s). 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 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 3 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 3 days; 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 450 days. (a) Definitions. As used in this provision-Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7). (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer]. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »