R--ASL INTERPRETATION SERVICES
ID: 140P2125Q0044Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide American Sign Language (ASL) interpretation services for its Fundamentals Course scheduled from February 26 to March 4, 2025, at the Albright Training Center in Grand Canyon National Park. The primary objective is to ensure full participation for two students with disabilities during various course activities, including classroom instruction and field trips, by supplying certified ASL interpreters who can accommodate their needs throughout the program. This initiative underscores the government's commitment to inclusivity and accessibility in training programs, aligning with federal mandates for reasonable accommodations. Interested contractors must submit their proposals electronically by February 20, 2024, and acknowledge receipt of all amendments to the solicitation, with the primary contact for inquiries being Tomica Cooper at Tomica_Cooper@nps.gov or 215-597-7260.

    Point(s) of Contact
    Cooper, Tomica
    (215) 597-7260
    (703) 221-7161
    Tomica_Cooper@nps.gov
    Files
    Title
    Posted
    The Albright Training Center has issued a Request for Proposal (RFP) for American Sign Language (ASL) translator services to accommodate a single student participating in the NPS Fundamentals Course scheduled from February 26 to March 4, 2025. The interpreters are essential for facilitating full participation in various activities, including classroom sessions, field trips, and evening events. The document outlines the need for multiple certified ASL interpreters to ensure continuous support, allowing for breaks while maintaining service throughout the course. Additionally, the RFP specifies that the contractor must cover travel and lodging expenses, which will be reimbursed according to Federal Travel Regulations. Overall, this RFP underscores the government's commitment to ensuring accessibility and reasonable accommodations within its training programs.
    The Albright Training Center seeks American Sign Language (ASL) interpreter services for a Fundamentals Course scheduled from February 26 to March 4, 2025. This course is part of the National Park Service’s (NPS) onboarding program aimed at introducing new employees to the organization and its culture. The need for interpreters arises to accommodate two students fully participating in various course activities, including classroom instruction, field trips, and evening events, while ensuring continuous support through multiple interpreters. Travel and lodging arrangements for the interpreters must comply with current Federal Travel Regulations, with expenses covered accordingly. The contractors are expected to provide certified, trained personnel to perform these ASL services efficiently throughout the entire duration of the program and its associated activities. This initiative illustrates the government’s commitment to inclusivity and reasonable accommodation for employees with disabilities in the workplace.
    The document outlines Wage Determination No. 2015-5465 for the Service Contract Act, specifying minimum wage rates for covered contracts in Arizona's Coconino County, effective from January 30, 2022, and adjusted annually. Contracts awarded after this date must adhere to the $17.75 per hour minimum wage under Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must comply with the $13.30 rate from Executive Order 13658 unless a higher rate is prescribed. The wage determination provides rates for various occupations, including administrative roles, automotive services, and health occupations, with specified fringe benefits such as health and welfare rates. It addresses the applicability of paid sick leave under Executive Order 13706 and details requirements for uniform allowances and hazard pay for specific jobs. The document describes a conformance process for adding unlisted occupations and emphasizes compliance with the Service Contract Act. This wage determination is crucial for federal contractors, ensuring fair compensation and compliance with labor laws in the context of government contracts.
    The document is an amendment to solicitation 140P2125Q0044, modifying an existing contract/order with the objective of clarifying the scope of work based on received inquiries. Significant changes include reducing the number of interpreters required for a student needing American Sign Language (ASL) services from two to one. Previously, the requirement was based on two students; now only one interpreter is necessary for the specific project at Albright Center in Grand Canyon Village, AZ. Details about the service schedule indicate interpreters are needed for various dates, totaling 70 hours of service. Pricing instructions suggest using a specific template for submission. The document also outlines the acknowledgment procedure for the amendment and stipulates that failure to comply may lead to offer rejection. It reinforces the importance of timely communication regarding changes to the submission process, while maintaining the original terms and conditions of the contract remain unchanged, barring the amendments detailed within.
    The document serves as an amendment to the solicitation referenced as 140P2125Q0044, detailing important updates related to contract modifications. The amendment specifies that offers must acknowledge receipt prior to the specified date to avoid rejection, and it outlines the proper methods for acknowledgment, including a revised scope of work. The period of performance for the amended contract spans from February 26, 2025, to March 4, 2025. It also states that the contractor is not required to sign and return copies of the amendment unless specified. The main purpose of this amendment is to revise the established terms accordingly while ensuring that all previous terms and conditions remain effective unless explicitly altered. Overall, this amendment is essential for maintaining communication between contracting parties and ensures compliance with federal regulations regarding modifications to government contracts, underlining the diligence required in responding to RFPs and amendments effectively.
    The document is an amendment to a federal solicitation (140P2125Q0044) issued by the National Park Service, extending the due date for offers to February 21, 2025, at 10 AM EST, and addressing questions related to the solicitation. The amendment specifies that interpreters accompanying students on field trips will be passengers in vehicles, and it provides details about the nature of field trip locations within Grand Canyon National Park. Additionally, the amendment communicates that government-provided lodging will be available at the Albright Training Center, though it lacks television and reliable internet access. The period of performance spans from February 26, 2025, to March 4, 2025. Contractors must acknowledge receipt of this amendment for their offers to be considered valid, highlighting the importance of adherence to specified timelines concerning government contracting procedures.
    The document is a Request for Proposal (RFP) for American Sign Language (ASL) interpretation services for the National Park Service's (NPS) Fundamentals course, scheduled from February 26 to March 4, 2025. The objective is to provide ASL support for two students during various activities, including classroom sessions and events at the Albright Training Center and nearby Grand Canyon National Park. The contractor must supply certified interpreters proficient in ASL, ensuring accommodations that enable full participation for the students. Key requirements include the contractors providing experienced personnel, covering travel and lodging as per federal regulations, and ensuring that all interpreters possess the necessary qualifications, including National Interpreter Certification. The RFP outlines evaluation criteria, emphasizing price realism, vendor qualifications, and relevant experience. Proposals must be submitted electronically by February 20, 2024, to be considered. This initiative underscores the NPS's commitment to inclusivity and accessibility in its training programs, aligning with federal mandates for reasonable accommodations in educational settings.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GRCA INSTALL CONCRETE PAD & ELECTRICAL
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the installation of a concrete pad and electrical utilities to support a climate-controlled seed storage unit at Grand Canyon National Park. The project aims to ensure proper seed storage conditions, which are critical for maintaining seed viability, with specific tasks including site evaluation, concrete placement, and electrical work scheduled between March 10, 2025, and April 30, 2025. This procurement is part of broader conservation efforts within the park, emphasizing the importance of sustainable practices in managing natural resources. Interested contractors should direct inquiries to Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267, with all submissions required by the specified deadlines outlined in the solicitation documents.
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument & Preserve in Idaho. The project aims to enhance accessibility and functionality, ensuring compliance with federal standards, including the Americans with Disabilities Act (ADA). This initiative is crucial for improving visitor experiences at the park while adhering to safety and regulatory requirements. Proposals are due by March 17, 2025, with the contract period set from April 14, 2025, to February 16, 2026. Interested parties should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
    Prospectus Develpment IDIQ Firm Fixed Price
    Buyer not available
    The National Park Service (NPS) is seeking specialized hospitality consulting firms to assist in the development of prospectuses for concession contracts related to visitor services in national parks. The objective of this procurement is to enhance visitor experiences while ensuring reasonable profits for private operators through comprehensive market analyses, financial evaluations, and stakeholder engagement for 27-30 upcoming concession contracts, including resorts and ferry services. This initiative is crucial for maintaining high-quality services on government-owned land and effectively managing private sector contributions to park services. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a ceiling of $5 million, requires proposals to be submitted by February 27, 2025, with the anticipated performance period spanning from March 27, 2025, to March 26, 2030. Interested parties can contact Christina Gingras at christinagingras@nps.gov for further information.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    B--This acquisition is a new requirement that solicits for a 5-year Indefinite Del
    Buyer not available
    The National Park Service (NPS) is seeking proposals for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on socioeconomic research and analysis services. The primary objective of this procurement is to gather and analyze data related to visitor experiences, regional economic impacts, and community engagement, which will inform agency planning and management decisions. This initiative is crucial for enhancing land management practices and improving visitor experiences across NPS sites. The contract is anticipated to be awarded in March 2025, covering an initial five-year term with a potential six-month extension, and interested parties must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI) to submit proposals. For further inquiries, contact Christina Gingras at christinagingras@nps.gov.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Roof Coatings at Canyonlands National Park IAW Sta
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotations for roof coatings at Canyonlands National Park in Utah, specifically for re-coating an existing Chlorosulfonate Polyethylene (CSPE) membrane roof. The procurement requires suppliers to provide fluid applied roofing materials, including a Butter Grade sealant, a specially formulated membrane cleaner, embedment fabric, and both base and top coats, all adhering to stringent technical specifications. This initiative is crucial for maintaining the park's infrastructure and ensuring compliance with federal procurement regulations while promoting local and small business participation. Interested vendors must submit their quotations by the specified deadline, with delivery of materials required within a 21-day window following contract award, and can contact Kimberly Steele at kimberlysteele@nps.gov or 720-670-4557 for further information.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and design standards. This initiative is part of a broader effort to revitalize educational resources and improve public access to the park's cultural and ecological heritage. The anticipated contract value ranges from $220,000 to $230,000, with proposals due electronically by March 19, 2025. Interested parties can contact Robert Adamson at robertadamson@nps.gov or by phone at 301-502-0076 for further information.