American Sign Language/ CART
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement const... This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 70FBR9198Q00000032 and is issued as a Request for Quote in accordance with FAR Part 12 and FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2010-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930, Translation and Interpretation Services, with a small business size standard of $7.5 million. This acquisition is 100% set aside for Local firms in the State of California. This set aside is for business concerns that reside or primarily conduct business in the state of California. Preference will be give to those businesses located in the declared disaster areas for the Wildfires for DR-4407. Offerors shall furnish documentation to support the set-aside. Offers shall not be accepted or evaluated from offerors who are not California businesses in accordance with FAR subpart 26.2. This will be a Firm-Fixed Priced purchase order. Description of Requirement: The FEMA Joint Field Office (JFO) located in Sacramento, CA is supporting DR-4407-CA Wildfires recovery efforts and has an immediate need for on-site American Sign Language Interpreters and CART services in accordance with the attached Statement of Work (SOW). The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: LI 0001: CERTIFIED (ASL) American Sign language Interpreter Refer to Statement of work and requirements attachment for details. LI 0002: CERTIFIED Communication Access Real-Time Translation (CART) Refer to Statement of Work and requirements attachment for details LI 0003: Travel All travel shall be reimbursed in accordance with GSA Travel regulations and subject to prior approval. Response Submission Instructions: Responses to this Request for Quote (RFQ) are due no later than 4:00 pm PST, on Friday, February 1, 2019. Questions regarding this solicitation shall be submitted to the Contracting Officer via email only, no later than 10 AM, PST, on Friday, February 1, 2019. Questions received after this time and date may not be considered. Questions and quotes shall be submitted to Demetria Carter, demetria.carter@fema.dhs.gov via email. Period of Performance: The base period of performance shall be from date of award through 1 year after award, with an option to extend. Place of Performance: See SOW for physical location(s). Basis for Award: The award shall be made to the responsible offeror(s) whose offer conforming to the RFQ will be most advantageous, and represent the best value to the Government. Award decision shall be based on the lowest price technically acceptable (LPTA) proposal. Therefore, the award shall be made on the basis of the lowest priced proposal that meets or exceeds the acceptability standards and requirements as set forth in the SOW. Please read SOW carefully and completely. Price proposals will be evaluated to determine price reasonableness. The Government intends to make award without discussions. Therefore, offerors are cautioned that their initial offer should contain the best terms. Cover Letter Content: All proposal submissions must include the following information. Please ensure your company's name or identifying information is only listed on this page of the document. Your company's name or identifying information must not appear on any other documents in your proposal: a) Tax Identification Number (TIN) b) Dun & Bradstreet Number (DUNS) c) Company's Name and Address d) Authorized Representative Name e) Contact Email address f) Complete business mailing address g) Contact telephone and fax number Solicitation Provisions and Contract Clauses by reference: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; See provisions and clauses on the basis of award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - 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): 52.203-6 alt I, 52.209-6, 52.216-18, 52.216-19, 52.216-22, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-29, 52.232-33, 52.239-1. 52.222-55. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. HSAR 48 CFR 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items, paragraph (a): 3052.209-72, Paragraph (b): 3052.242-72, 3052.247-72. HSAR 3052.222-70, 3052.222-71. HSAR 48CFR 3052.209-70 PROBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Offerors shall provide a statement of compliance with FAR 52.222-50, Combating Trafficking in Persons, requirements and confirm subcontractors will accomplish a statement of compliance upon award. 52.226-4 Notice of Disaster or Emergency Area Set-Aside. 52.233-2 Service of Protest. 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SAM Requirement - Company must be registered in www.sam.gov before an award could be made to them. If company is not registered in SAM, they may do so by going to the SAM web site at http://www.sam.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »