Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

R608--American Sign Language Interpreter Service

Process Number 36C25622Q0163

USA

Dates:


Notice ID:

36C25622Q0163

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

256-NETWORK CONTRACT OFFICE 16 (36C256)

Office:

256-NETWORK CONTRACT OFFICE 16 (36C256)

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 01:00 pm cst

Inactive Policy:

manual

Original Inactive Date:

dec 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

r608 - support- administrative: translation and interpreting

NAICS Code:

541930 - translation and interpretation services

Description:


Original Set Aside:

Sources Sought Notice DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This Sources Sought/Market Survey Notice is being conducted by the Department of Veterans Affairs, Network Contracting Office (NCO) 16 in support of the Michael E. DeBakey VA Medical Center (MEDVAMC) located in Houston, Texas to identify other sources that are capable of providing American Sign Language (ASL) services. I. OVERVIEW Description / Scope / Objective. The Contractor shall provide onsite and remote American Sign Language (ASL) services and be certified/trained interpreters capable of performing services and meeting the requirements and objectives. NAICS: 541930 - Translation and Interpretation Services SIZE STANDARDS: $8M Title of Project: American Sign Language Interpreter Service The tentative period of performance: Date of Award October 31, 2021 with four (4), additional one (1) year option periods to be exercised at the government discretion. If this is a service your business can provide, please respond to this Sources Sought Notice by 1:00pm Central Time on November 24, 2021. II. VETERANS FIRST CONTRACTING PROGRAM: The Department of Veterans Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819.7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. III. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: Is the Contractor a certified/trained interpreter capable of performing services and meeting the requirements and objectives in the Draft Statement of Work (SOW)? Contractor shall attach documentation of the interpreter s certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. Does the Contractor possess the capability to provide onsite and remote ASL interpreting service as identified in the SOW? Contractor shall attach evidence of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. Name of potential Contractor that possess the capability to perform this work. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. Is your company a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite 541930, PSC R608 Support-Administrative: Translation and Interpreting? Please provide proof of qualifications. If SDVOSB/VOSB, is your company and/or partners registered in VA s VetBiz repository? Is the Contractor available under any of the following: Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA).**If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. If so, please list the contract number and a brief summary of the products and services provided. Capability Statement: Provide your Capability Statement to demonstrate your company s understanding and ability to perform American Sign Language Interpreter Service. Opportunity (See Draft Statement of Work): The MEDVAMC is seeking information from potential contractors on their ability to provide these services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 12:00pm (CST), November 22, 2021 via email to orita.jarvis@va.gov RFI responses are due by 1:00pm (CST), November 24, 2021; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to orita.jarvis@va.gov the subject line shall read: 36C25622Q0163 American Sign Language Interpreter Service. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(e). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Orita A. Jarvis via e-mail at orita.jarvis@va.gov . This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation.

Attachments / Links:


Document Size Updated date Download

Contact Information:


715 SOUTH PEAR ORCHARD RD., PLAZA 1

RIDGELAND , MS 39157

USA

Primary Point of Contacts:

Orita A. Jarvis