Federal Bid

Last Updated on 20 Aug 2019 at 1 PM
Combined Synopsis/Solicitation
Aberdeen Maryland

Hearing Impaired Interpreter

Solicitation ID W91ZLK-19-R-0032
Posted Date 20 Aug 2019 at 1 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen Maryland United states

COMBINED SYNOPSIS/SOLICITATION

This 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.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017).  The solicitation number for this request for proposal (RFP) is W91ZLK-19-R-0032.

This requirement is under the associated North American Industry Classification System (NAICS) Code 624120, Services for Elderly and Persons with Disabilities.  The Government contemplates award of a Firm-Fixed Price 100% Small Business Set Aside purchase order in accordance with FAR 13, Simplified Acquisition Procedures.  This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services.

The contractor, as an independent contractor and not as an agent of the government, shall provide sufficient personnel possessing the skills, knowledge, training, and experience to perform the required tasks.  All training, education and certification will be accomplished outside of this contract.  Core business hours are from 0700-1700L, (Monday through Friday).  Business operations requiring the use of an interpreter will be limited to 0800-1630L, excluding federal holidays, unless agreed to otherwise by both parties.

This requirement is:

 

Provide general hearing interpreter services to the NEC-Aberdeen on a weekly basis for a period of one year as outlined in the Performance Work Statement. At a minimum the Contractor shall provide the following:

 

60 Days of Service for general meetings

12 Days of Service for meetings with tenants

8 Days of Service with training classes

3 Days of Service on an emergency basis

 

Note: Each day of service consists of two hours of service. Additional time is billed at half hour increments. Emergency Service is to be provided with a least twenty four 24 hours’ notice to the Contractor. The Contract is for a Base Year and two (2) One Year Options.

 

52.212-1 Instruction to Offerors Commercial Items

This clause applies in its entirety and there are currently no addenda to the provision.

Proposals shall be submitted in two (2) separate volumes:

 

Volume I:  Hearing Impaired Interpreter W91ZLK-19-R-0032 PRICE Proposal

Volume II:  Hearing Impaired Interpreter W91ZLK-19-R-0032 TECHNICAL Proposal

ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:

W91ZLK-19-R-0032 PROPOSAL FROM (INSERT COMPANY NAME)

Proposal Format:

Volume I: Detailed Price Proposal to include the following elements:

1.        Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include:

Name, title, email address, and telephone number including extension.

2.        INCLUDE ALL Information Below:

CLIN 0001:  Base Year - Hearing Impaired Interpreter

 

60 Days of Service for general meetings                         UNIT COST: __________                                TOTAL COST: __________

12 Days of Service for meetings with tenants                                UNIT COST: __________                                TOTAL COST: __________

8 Days of Service with training classes                            UNIT COST: __________                                TOTAL COST: __________

3 Days of Service on an emergency basis                       UNIT COST: __________                                TOTAL COST: __________

Note: Each day of service consist of two hours of service. Additional time is billed at half hour increments.

Emergency Service is to be provided with a least one (1) days’ notice to the Contractor

Base Year Total Cost: __________

CLIN 0002:  Base Year - ACCOUNTING FOR CONTRACT SERVICES

QTY: 1                                                                                   Unit of Issue:  JOB                              Total Price:  Not Separately Priced

The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.

Price Restraint: NSP

CLIN 1001:  Option Year One (1) - Hearing Impaired Interpreter

 

60 Days of Service for general meetings                         UNIT COST: __________                                TOTAL COST: __________

12 Days of Service for meetings with tenants                                UNIT COST: __________                                TOTAL COST: __________

8 Days of Service with training classes                            UNIT COST: __________                                TOTAL COST: __________

3 Days of Service on an emergency basis                       UNIT COST: __________                                TOTAL COST: __________

Note: Each day of service consist of two hours of service. Additional time is billed at half hour increments.

Emergency Service is to be provided with a least one (1) days’ notice to the Contractor

Option Year One (1) Total Cost: __________

CLIN 1002:  Option Year One (1) - ACCOUNTING FOR CONTRACT SERVICES

QTY: 1                                                                                   Unit of Issue:  JOB                              Total Price:  Not Separately Priced

The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.

Price Restraint: NSP

CLIN 2001:  Option Year Two (2) - Hearing Impaired Interpreter

 

60 Days of Service for general meetings                         UNIT COST: __________                                TOTAL COST: __________

12 Days of Service for meetings with tenants                                UNIT COST: __________                                TOTAL COST: __________

8 Days of Service with training classes                            UNIT COST: __________                                TOTAL COST: __________

3 Days of Service on an emergency basis                       UNIT COST: __________                                TOTAL COST: __________

Note: Each day of service consist of two hours of service. Additional time is billed at half hour increments.

Emergency Service is to be provided with a least one (1) days’ notice to the Contractor

Option Year Two (2) Total Cost: __________

CLIN 2002:  Option Year Two (2) - ACCOUNTING FOR CONTRACT SERVICES

QTY: 1                                                                                   Unit of Issue:  JOB                              Total Price:  Not Separately Priced

The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract.

Price Restraint: NSP

Volume II:  Detail Technical Proposal shall be evaluated based on the following factors:

1.       Technical Approach:  The offeror’s proposal shall demonstrate a clear understanding of the requirements specified in the PWS.  To be rated as acceptable, the offeror must demonstrate the ability to provide service according to the PWS.

 

2.       Experience/Certifications:  The contractor shall demonstrate that interpreters are certified and proficient in American Sign Language.  All training, education and certification will be accomplished outside of this contract.  Offerors shall provide an interpreter who possesses five (5) years of experience. Offerors shall provide resumes of interpreters with proof of certification in proposal submittal.  To be rated as acceptable, the offeror must demonstrate that they possess the required experience and certifications.

 

3.       Location:  The contractor shall demonstrate the ability to provide an interpreter who is located within a 50 mile radius of Aberdeen Proving Ground Area and Edgewood Area (zip codes 21005 and 21010). To be rated as acceptable, offeror shall demonstrate that interpreters are located within both areas of Aberdeen Proving Ground.

 

NOTE:  Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable.

52.212-2, Evaluation Commercial Items

The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.

52.212-3, Offeror Representations and Certifications -- Commercial Items.

All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov.

52.212-4, Contract Terms and Conditions Commercial Items

This clause applies in its entirety and there are currently no addenda to the provision.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

This clause applies, and the following clauses are incorporated by reference.

The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil:

52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

 

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note).

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

 

52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).

52.222-3, Convict Labor (June 2003) (E.O. 11755).

52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).

52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).

52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).

Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C.

251 note).

(ii)      52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii)    52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(iv)     52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(v)      52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

(vi)     52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).

(vii)   52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii)  52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix)     52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x)      52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(xi)     52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

(xii)   52.222-54, Employment Eligibility Verification (JUL 2012).

(xiii)  52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xiv)  52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xv)    52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

52.217-8 Option to Extend Services (Nov 1999)

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 at least 30 days before the contract expires.

All questions must be submitted via email to [email protected] by April 23, 2019 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-19-R-0032 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. Firm Fixed Price (FFP) quotes must be signed, dated, and received by May 2, 2019 at 10:00 AM Eastern Time.

 

NO PHONE CALLS WILL BE ACCEPTED.

 

All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov.

 

Performance Work Statement

Hearing Impaired Interpreter

 

1. INTRODUCTION.

 

1.1 Scope.  This is a non-personal services contract to provide American Sign Language interpreters for the hearing impaired.

 

1.2 Organization.  The U.S. Army Mid-Atlantic Region Network Enterprise Center (RNEC) at Aberdeen Proving Ground, Maryland.

 

1.3 Mission and Objectives.  This contract is to provide Hearing Impaired Interpreter Services for all hearing impaired employees at RNEC at Aberdeen Proving Ground, Maryland.

 

2. PERFORMANCE OBJECTIVES:

 

Provide reasonable accommodation for hearing impaired employees to ensure compliance with Section 508 of the Rehabilitation Act, the American Disabilities Act and Presidential Executive Order 13164. IAW Section 508 of the Rehabilitation Act, Executive Order 13164 and the American Disabilities Act which requires all Federal agencies and departments that use electronic and information technology to "ensure that Federal employees and members of the public with disabilities have access to and use of information and data, comparable to that of the employees and members of the public without disabilities.”

 

3. TECHNICAL REQUIREMENTS.

 

3.1 Task Description.  Services shall be requested and controlled by means of specific objectives as defined in the Objective section.  The work requirements, targets, deadlines, and project assignments are the responsibility of the Contracting Officer’s Representative (COR)/Technical Point of Contact (TPOC).

 

3.2 Personnel.  The contractor, as an independent contractor and not as an agent of the government, shall provide sufficient personnel possessing the skills, knowledge, training, and experience to perform the required tasks.  All training, education and certification will be accomplished outside of this contract.

 

3.2.1 Training, Education and Certification requirements.  Contractor personnel shall be certified and proficient in American Sign Language.

 

4. GENERAL INFORMATION:

 

4.1 The contractor shall provide all labor and transportation services necessary to complete this contract.

 

4.2 Requirements:

 

4.2.1. Provide general hearing interpreter services to the RNEC on a weekly basis for a period of One (1) Base Year and Two (2) One (1) Year Options.  The interpreter shall be located within a fifty (50) mile radius of Aberdeen Proving Ground Area and Edgewood Area (zip codes 21005 and 21010).  At a minimum the Contractor shall provide the following:

 

60 Days of Service for general meetings

12 Days of Service for meetings with tenants

8 Days of Service with training classes

3 Days of Service on an emergency basis

 

Note:  Each day of service consist of two hours of service.  Additional time is billed at half hour increments

 

Note: A log-in sheet will be available at each location for the contractor to complete prior to and after completion of each session for documentation to include the date; time of arrival/departure; hours of service provided; &  the name of interpreter.

 

5. ADMINISTRATIVE CONSIDERATIONS.

 

5.1 Place of Performance:  Work will be primarily performed onsite at Aberdeen Proving Ground.  The RNEC occupies several administrative facilities to include buildings 311, 316, 3144, 3148 and E5103; however, interpretative services may be required in various other locations on Aberdeen Proving Ground and public facilities on the installation for Workforce Briefings, Awards Ceremonies, etc.  Authorized staff will escort the contractor to other locations on the base different from listed for the appointment or not specified in the appointment.

 

5.2 Hours of Work:  Core business hours are from 0700-1700L, (Monday through Friday).  Business operations requiring the use of an interpreter will be limited to 0800-1630L.

 

6. Requirements/Objectives

 

6.1 The contractor shall provide interpreters that are certified and proficient in American Sign Language.  All training, education and certification will be accomplished outside of this contract.  The contractor shall provide resumes of interpreters with proof of certification in proposal submittal.  The contractor shall provide an interpreter with a minimum of 5 years of experience.

 

6.2 This is an on call service. The COR/TPOC will notify the contractor by email and/or phone to schedule appointments within 4 business days of appointments.  The contractor shall reply to all emails/phone call request within 1 business days of the request.

 

6.2.1 The contractor shall provide the required number of personnel pursuant to each request within the reply for each appointment.

 

6.2.2 The contractor shall provide a contact information for all personnel on each assignment within the reply for each appointment.

 

6.3 The contractor shall provide an interpreter who shall preserve the tone and emotional level of the speaker, as well as manage the delivery, speed and length of the statement of the speaker.

 

6.4 The contractor shall provide a certified interpreter who shall arrive and be prepare to begin no less than five (5) minutes before the time specified in the request.

 

6.4.1. The contractor shall be required to get a pass upon entering APG at the Visitor Center located at either Aberdeen North or Aberdeen South (Edgewood).  The Interpreting Service begins upon arrival at the location identified for the event.  Visitor Center information is available at www.home.army.mil/apg/index.php/about/visitor-information.

 

6.4.2 The contractor shall email the COR/TPOC:  the date; time of arrival/departure; hours of service provided; and the name of interpreter(s) for each appointment within two (2) business days.

 

6.4.3. The contractor shall be required to have interpreters within a fifty (50) miles commute of both Aberdeen Proving Ground, MD 21005 and Edgewood, MD 21010.  Travel expenses is excluded.

 

7. Deliverables and Delivery Schedule.  The contractor shall provide the appropriate level of service for regularly scheduled meetings and work related assemblies and training, where RNEC business is conducted.

 

8.  Quality Assurance Surveillance Plan (QASP) (See Attached)

 

9.  Government Furnished Facilities, Equipment, Automation Systems, Material and Services.  The Contractor shall be responsible for their own equipment, automation systems, materials, and services required to perform the functions outlined in this performance work statement.

 

10.  Program Management and Key Personnel

 

10.1 Identification of Contractor Personnel.  The contractor shall provide at a minimum a driver’s license for ID purposes with a badge or nametag, including company name and the word Contractor below it.  The contractor shall ensure all personnel prominently display their nametags at all times while in a work capacity.

 

11. CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA)

 

“The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address “https://contractormanpower.army.pentagon.mil. The required information includes:

 

(1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative;

(2) Contract number, including task and delivery order number;

(3) Beginning and ending dates covered by reporting period;

(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;

(5) Estimated direct labor hours (including sub-contractor);

(6) Estimated direct labor dollars paid this reporting period (including sub-contractor);

(7) Total payments (including subcontractor);

(8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);

(9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the

United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website);

(12) Presence of deployment or contingency contract language, and,

(13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year.”6.1 Program Management and Key Personnel.  The contractor shall provide a point of contact for on-call services.  The contractor shall provide the required number of personnel pursuant to each request.

Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 27 Apr 2020 at 5 PM
Aberdeen proving ground Maryland 21 Apr 2016 at 3 PM
Portland Oregon 30 Oct 2012 at 8 PM
Naples Florida 08 Mar 2021 at 3 PM
Location Unknown 06 Feb 2002 at 5 AM

Similar Opportunities

Franklin New jersey 16 Jul 2025 at 3 PM
Texas 31 Aug 2025 at 4 AM
Massachusetts 01 May 2028 at 4 PM
South carolina 30 Jun 2028 at 7 PM
South carolina 19 Sep 2027 at 6 PM