Amendment 001 - The purpose of this amendment is address vendor questions. Please refer to attachment Amendment 001- Vendor Q and A for USCIS response.
****************************************************************************************************************
This is a combined synopsis/solicitation for American Sign Language (ASL) and Certified Deaf Interpreting (CDI) Services in accordance with FAR 12.6, as supplemented with addiitonal information included in this notice. This announcement constitiutes the only solicitation; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
This solicitation is issued as a Request for Quotation (RFQ). The soliciation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular FAC 2023-05 and Homeland Security Acquisition Regulation (HSAR) current as of 3/11/2021.
The small business size standard for the set-aside is: $22.5 million.
SCHEDULE OF SERVICES:
Price Quotes shall be submitted using the attached Excel Spreadsheet (Attachment 3.5 - Pricing Spreadsheet).
CLIN 0001 – American Sign Language (ASL) Services
Contract Type: FFP – Base Year
American Sign Language (ASL) Interpretation Services in accordance with the Statement of Work (SOW).
QTY: 2,035 Hours
Period of Performance: 09/29/2023 – 09/28/2024
Places of Performance: Refer to Section 6 of the SOW.
CLIN 0002 – Certified Deaf Interpretation (CDI) Services
Contract Type: FFP – Base Year
Certified Deaf Interpretation (CDI) Services in accordance with the Statement of Work (SOW).
QTY: 1,365 Hours
Period of Performance: 09/29/2023 – 09/28/2024
Places of Performance: Refer to Section 6 of the SOW.
CLIN 0003 – Travel
Not to Exceed: $233,000.00 – Base Year
Travel in accordance with the Statement of Work (SOW).
QTY: To be determined
Period of Performance: 09/29/2023 – 09/28/2024
Places of Performance: Refer to Section 6 of the SOW.
CLIN 1001 – American Sign Language (ASL) Services
Contract Type: FFP – Option Year I
American Sign Language (ASL) Interpretation Services in accordance with the Statement of Work (SOW).
QTY: 2,035 Hours
Period of Performance: 09/29/2024 – 09/28/2025
Places of Performance: Refer to Section 6 of the SOW.
CLIN 1002 – Certified Deaf Interpretation (CDI) Services
Contract Type: FFP – Option Year I
Certified Deaf Interpretation (CDI) Services in accordance with the Statement of Work (SOW).
QTY: 1,365 Hours
Period of Performance: 09/29/2024 – 09/28/2025
Places of Performance: Refer to Section 6 of the SOW.
CLIN 1003 – Travel
Not to Exceed: $233,000.00 – Option Year I
Travel in accordance with the Statement of Work (SOW).
QTY: To be determined
Period of Performance: 09/29/2024 – 09/28/2025
Places of Performance: Refer to Section 6 of the SOW.
Questions will be submitted to the Contract Specialist at: Marianne.Green@uscis.dhs.gov no later than 1 PM ET, Tuesday, September 5,2023 to be considered. No telephonic questions will be answered.
To be considered for award, please provide a completed Attachment 3.4 - Technical Acceptability Checklist and a complete quote on Attachment 3.5 – Pricing Spreadsheet as part of your submission by email to Marianne Green, Marianne.Green@uscis.dhs.gov, with a copy to Dean Seggay, Dean.M.Seggay@uscis.dhs.gov, no later than Monday, September 11, 2023 at 1 PM ET. Quotes received after September 11, 2023 at 1 PM ET may or may not be considered at the discretion of the Contracting Officer. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email.
ATTACHMENTS:
RFQ 70SBUR23Q00000229
Attachment 3_1 – Terms and Conditions, 23 pages
Attachment 3_2 – Statement of Work, 9 pages
Attachment 3_3 – Security Requirements, 13 pages
Attachment 3_4 – Technical Capabilities Checklist, 1 page
Attachment 3_5 – Price Schedule Spreadsheet, 1 page