Interpreting (Sign Language) Services DFAS-Indianapolis (№9107062)

18 jul

Number: 9107062

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


18-07-2018

Description


Interpreting (Sign Language) Services DFAS-IndianapolisSolicitation Number: HQ0423-18-R-0031
Agency: Other Defense Agencies
Office: Defense Finance and Accounting Service
Location: Contract Services Directorate, Columbus

Solicitation Number: HQ0423-18-R-0031

Notice Type: Award

Contract Award Date: July 11, 2018

Contract Award Number: HQ042318P0036

Contract Award Dollar Amount: $298700 ($72500 Base Year Only)

Contract Line Item Number: All Lines

Contractor Awarded Name: Sharp Eyed Group

Contractor Awarded DUNS: 068651964

Contractor Awarded Address: 9870 Sugarleaf PL
Fishers, Indiana 46038
United States

Synopsis: Added: Jun 13, 2018 1:19 pm

INTERPRETING SERVICES DFAS-INDIANAPOLIS


REQUEST FOR QUOTES (RFQ) NO: HQ0423-18-R-0031


This is a combined synopsis/solicitation (RFQ) for the purchase of obtaining interpreter 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 Labor Hour (LH) contract for a base and three (3) one-year option periods. This will be a total small business set-aside. NAICS code for this announcement is 541930 with small business size standard $7.5 million.



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 2 pm (Eastern), Wednesday June 27, 2018. Preferred delivery method for submission of your quote is via email: [email protected]. 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 1450 hours per year for the base year and 1450 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 1450 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 1450 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 1450 hours provided on an as-needed basis during the second option year period of performance. Unit price shall be provided per interpreter per hour.



Item 004: Interpreter Services as described in the Performance Work Statement. Quantity = Estimated 1450 hours provided on an as-needed basis during the third 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 three (3) 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 2005-97. 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 (JAN 2017)


FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (JAN 2017)


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 (DEC 2015)


DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011)



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 (JAN 2017) Alt 1 (JAN 2017)
FAR 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007)


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 (SEP 2015)


DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014)


DFAR 252.232-7003 Electronic Submission of Payment Requests (JUN 2012)
DFAR 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013)


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 (APR 2014)



Clauses by Full Text:



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2017)



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)


(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).


(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).


___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).


_X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).


___ (5) [Reserved]


___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).


___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).


_X__ (8) 52.209-6, Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).


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


___ (10) [Reserved]


___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).


___ (ii) Alternate I (Nov 2011) of 52.219-3.


___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).


___ (ii) Alternate I (Jan 2011) of 52.219-4.


___ (13) [Reserved]


_X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).


___ (ii) Alternate I (Nov 2011).


___ (iii) Alternate II (Nov 2011).


___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).


___ (ii) Alternate I (Oct 1995) of 52.219-7.


___ (iii) Alternate II (Mar 2004) of 52.219-7.


___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).


___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (15 U.S.C. 637 (d)(4)).


___ (ii) Alternate I (Nov 2016) of 52.219-9.


___ (iii) Alternate II (Nov 2016) of 52.219-9.


___ (iv) Alternate III (Nov 2016) of 52.219-9.


___ (v) Alternate IV (Nov 2016) of 52.219-9.


___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).


___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).


___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).


___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).


_X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).


___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).


___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).


_X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).


___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).


_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


_X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


_X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


_X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


_X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).


_X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).


___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)


___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).


___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)


___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)


___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).


___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).


___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514


___ (ii) Alternate I (Oct 2015) of 52.223-13.


___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).


___ (ii) Alternate I (Jun 2014) of 52.223-14.


___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).


___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).


___ (ii) Alternate I (Jun 2014) of 52.223-16.


_X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).


___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).


___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696).


___ (47) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).


___ (48) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).


___ (ii) Alternate I (May 2014) of 52.225-3.


___ (iii) Alternate II (May 2014) of 52.225-3.


___ (iv) Alternate III (May 2014) of 52.225-3.


___ (49) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).


___ (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O."s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).


___ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


___ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).


___ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).


___ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).


___ (55) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).


_X__ (56) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).


___ (57) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).


___ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).


___ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).


___ (60) (i) 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).


___ (ii) Alternate I (Apr 2003) of 52.247-64.



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:



___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)


_X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).


_X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


_X__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).


___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).


___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).


___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).


_X__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).


___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).


___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).


___ (12) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).



(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.


(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor"s directly pertinent records involving transactions related to this contract.


(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.


(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.



(e)


(1) 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 (Oct 2015) (41 U.S.C. 3509).


(ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700000 ($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 (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.


(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


(ix) 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.


(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).


(xi) _X___ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).


(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)


(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)


(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).


(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).


(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).


(xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


(xxi) 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.



(2) 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.



(End of Clause)



FAR 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 within the period up to 14 days prior to the contract"s expiration.


(End of Clause)


FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)


(a) The Government may extend the term of this contract by written notice to the Contractor within the period up to 14 days prior to the contract"s expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 four years and six months.


(End of Clause)


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 40, dated 2/8/18 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 [email protected] 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.

Added: Jul 17, 2018 3:45 pm Award has been made.

Please consult the list of

document viewers if you cannot open a file. Additional Required Documents Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Additional Required Documents

Posted Date: June 13, 2018



A03_PWS_Interpreting.pdf (178.28 Kb) Description: Performance Work Statement

A24_HQ0423-18-R-0031_Schedule-of-Items-Table.doc (44.00 Kb) Description: Schedule of Items Table



Contracting Office Address: 3990 East Broad Street
Bldg #21, Room 2B218
Columbus, Ohio 43218


Place of Performance: DFAS-Indianapolis, 8899 East 56th Street and offsite locations in the metro Indianapolis Region
Indianapolis, Indiana 46249
United States


Primary Point of Contact.: Carrie Fairbanks

[email protected] Phone: 6147012753