Version of 2019-03-07
EEO ON CALL ASL INTERPRETING SERVICES
DEFENSE LOGISTICS AGENCY (DLA) EEO ASL
ON CALL INTERPRETING SERVICES
SP4705-19-Q-5070
The Defense Logistics Agency in Fort Belvoir, VA procure the services of a qualified contractor to provided ASL On call Interpreter Services. This solicitation is 100% small Business set-aside. The award will be made to a responsible 100% small business firm whose proposal is determined to be the best value to the Government, Key Personnel/Staffing Plan, Technical Approach, Management Approach, past performance and price all being considered. The Government's objective is to obtain the highest quality services considered necessary to achieve the stated objectives of this acquisition, with fair and reasonable prices. Award will be made on the basis of Best Value / Trade-off source selection process advised that a proposal meeting the objectives and requirements with the lowest price may not necessarily be selected if award to a higher priced proposal is determined to be most advantageous to the Government. However, between proposals evaluated as essentially technically equal, price will become the major consideration in selecting the best value. In the event of a single responsive proposal, the Government reserves the right to utilize a technically acceptable evaluation in lieu of the trade-off source selection process. Technical Acceptability is defined by meeting or exceeding the standards outlined in the PWS. Please refer to the attached solicitation for further details.
Version of 2019-03-07
EEO ON CALL ASL INTERPRETING SERVICES
DEFENSE LOGISTICS AGENCY (DLA) EEO ASL
ON CALL INTERPRETING SERVICES
SP4705-19-Q-5070
The Defense Logistics Agency in Fort Belvoir, VA procure the services of a qualified contractor to provided ASL On call Interpreter Services. This solicitation is 100% small Business set-aside. The award will be made to a responsible 100% small business firm whose proposal is determined to be the best value to the Government, Key Personnel/Staffing Plan, Technical Approach, Management Approach, past performance and price all being considered. The Government's objective is to obtain the highest quality services considered necessary to achieve the stated objectives of this acquisition, with fair and reasonable prices. Award will be made on the basis of Best Value / Trade-off source selection process advised that a proposal meeting the objectives and requirements with the lowest price may not necessarily be selected if award to a higher priced proposal is determined to be most advantageous to the Government. However, between proposals evaluated as essentially technically equal, price will become the major consideration in selecting the best value. In the event of a single responsive proposal, the Government reserves the right to utilize a technically acceptable evaluation in lieu of the trade-off source selection process. Technical Acceptability is defined by meeting or exceeding the standards outlined in the PWS. Please refer to the attached solicitation for further details.