SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 RFP #13-PB-007-CJ Sign Language Interpretation Services VENDORS RECOMMENDED FOR AWARD: Vendor Name Amount of Annual Award Item Nos. SignTalk, LLC American Sign Language Services, Inc Variable Variable Primary Vendor Secondary Vendor SOLICITATION SUMMARY - PIGGYBACK Orange County Public School Board (OCPS) RFP #1108202 Sign Language Interpreter Services Date Opened: August 25, 2011 OCPS Board Approved: October 25, 2011 No. Firms Solicited: N/A Present to Board: August 28, 2012 No. Firms Bidding: 3 CONTRACT TERM: The contract term shall commence on August 29, 2012 until October 24, 2014 with an option to renew for up to two additional one year periods. RECOMMENDATION: It is the recommendation of Sue Carver, Director of ESE Program Support and Cheryl Olson, Director of Purchasing and Warehouse Services to utilize Orange County Public School s Request for Proposal #1108202 for the provision of sign language interpretation services until October 24, 2014 with an option to renew for up to two additional one year periods. Request authority for the Director of Purchasing and Warehouse Services to renew the contracts. Renewal shall be contingent upon the recommendation of the Director of ESE Program Services request for continuation of services and annual review. AUTHORITY FOR ACTION: Florida Administrative Code - 6A-1.012 (6) ACTION BY BOARD Approved Recommendation(s) Above & Awarded Meeting Date: August 28, 2012 Other Cheryl L. Olson, C.P.M., CPPO, FCCN, Director Office of Purchasing & Warehouse Services Failure to file a protest within the time prescribed in s. 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
School Board of Brevard County Office of Purchasing &Warehouse Services BlCYclF 2700 Judge Fran Jamieson Way Public Viera, Fl 32940-6601 Schools Brian T. Binqqeli, Ed.D., Superintendent August 6, 2012 SignTalk, LLC ATTN: Maria Jiminez 1663 East 17th Street Brooklyn, NY 11229 ORIGINAL r mb fi or fic IIACl RE: Bid: Orange County Public Schools Request for Proposal RFP #1108202, Sign Language Interpreter Services Dear Ms. Jiminez: State Board of Education Rule 6A-1.012(6) allows school districts to make purchases at or below the specified prices from contracts awarded by other city or county governmental agencies, other district school boards, community colleges, federal agencies, the public or governmental agencies of any state, or from state university system cooperative bid agreements, when the proposer awarded a contract by another entity will permit purchases by a district school board at the same terms, conditions, and prices (or below such prices) awarded in such contract, and such purchases are to the economic advantage of the district school board. With your permission, we would like to utilize the following contract that was awarded to your firm by Orange County Public Schools (OCPS). The bid title is Sign Language Interpreter Services and OCPS's solicitation number is RFP #1108202. The term of this agreement shall be from the date of Board approval through October 24, 2014. This contract by mutual assent of the parties may be extended for two (2) additional one (1) year terms. If you agree to the School Board's request to utilize the solicitation that was awarded to your company, please sign below and mail the ORIGINAL to the Purchasing Department at the address listed below, and you will be notified after the School Board's approval. Please contact Crystal Jones at 321-633-1000, ext. 646 or by email at Jones.Crystal(a)brevardschools.orq if you should have any questions. Thank you for your attention to this matter, and we look forward to working with you in the future. Ch^l^O^pVCPPO, C.P.M., CPM, FCCN Director of Purchasing and Warehouse Services American Sign Language Corporation agrees to allow the School District of Brevard County, Florida to utilize the contract that was awarded to your firm by OCPS. The solicitation title is Sign Language Interpreter Services and OCPS's solicitation number is RFP #1108202. Signature Printed Name and Title Date Accepted: The School Board of Brevard County, Florida Attested by: Barbara A. Murray, Ph.D., Chairman Date Brian T. Binggeli, Ed.D., Superintendent Date cc: Bid File 13-PB-007-CJ Cheryl L. Olson, C.P.M., CPPO, FCCN Director - Office of Purchasing & Warehouse Services Phone: (321) 633-1000 Ext. 645 FAX: (321) 633-3618 Warehouse: (321) 633-3680 Ext. 14100- FAX: (321) 633-3698
EVALUATION RANKING Date: September 7, 2011 Solicitation #: RFP1108202 Solicitation Name: Sign Language Interptreter Services Firms Ranking Sign Talk, LLC. 89.80 American Sign Language Services Corporation 74.20 Evaluation Committee agreed by consensus to recommend award of the RFP to both firms (Sign Talk, LLC (Primary) and American Sign Language Services Corporation (Alternate)) Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. The 72 hour posting requirement will elapse on September 15, 2011 at 3:20 p.m. E.S.T. The Orange County Public School Board is an equal opportunity agency RFP1108202_Final Ranking.xlsx
Evaluation Form Date: 9/7/2011 Solicitation #: RFP1108202 Solicitation Name: Sign Language Interptreter Services Evaluation Criteria Possible Maximum Weight Value American Sign Language Services Corporation Value Comments Ability to Perform Work 100 60% 75 45.00 Firm is local and has an established presence in Orlando. The firm currently has interpreting personnel: interpreter staff (22 full time+; only work for ASL) and additional 25 which are not employees; however they are committed to their company. The firm offered to provide customized reports. This firm is the incumbent OCPS vendor and has indicated that they will make changes in their recruiting and training processes in order to meet the requirements of the district. However, as an encumbered vendor of the district, they should have a better understanding of our operations and articulated opportunities for improvement during this evaluation. It appears than the firm does not have a clear plan to ensure that their personnel will be completely badge at the initiation of the services, if they are awarded this contract. The firm's focus was centered largely on selling their company rather than the requested services. Cost Containment Strategy 100 40% 73 29.20 Firm offered a cancellation policy of 25 hr. Firm proposed a 9% reduction on their current bill rates (incumbent vendor). Introduced technology that could be use to reduce cost on services; however, it was not detailed enough for us to understand the implementation requirement, cost, and return of investment. Firm did not present a clear invoicing process. 200 100% 148 74.20 Evaluation Criteria Possible Maximum Weight Value Value Sign Talk, LLC. Comments Ability to Perform Work 100 60% 91 54.60 The firm has current contracts with other school districts and governmental agencies (New York City, New York Department of Education, and Miami School District (different services). Extensive K-12 experience. Provides several seminars and workshop (online/webinars) on preparation for certification, culture (to respond to the diversity in our State), also on terminology that will apply on K-12 environment (chemistry, physics, etc.) to its employees. Roster of 500 active SLIs. Firm has received an Award of excellence. Firm appears to be very customer focus. Firm is knowledgeable about different types of sign language. Firm's candidates hold high levels of certifications. Firm offered to provide professional development services to OCPS. Firm is awared about the District cultural sensitivity for the various populations of services. Firm presented a detailed action plan. Firm understands and will comply with the Jessica Lunsford Act and will ensure all staff are badged prior to service, if they are awarded the contract. Will assign a dedicated person in Orlando to manage the contract. Offered to provide customized reports. Cost Containment Strategy 100 40% 88 35.20 Firm offered to relocate the interpreters as cancellation occurs and provide a 24 hr cancellation policy to reduce unnecessary charges. Indicated good initial plan to guarantee proper scheduling and tracking of data that would control expenditures (schools information, appointments, absences, etc.). All invoicing will be backed up with the sign-in/sign-out time sheets (within three business days) to avoid any mischarges. 200 100% 179 89.80 Lynda Langa Luis Tousent Participants Elizabeth Padilla Nina Hendrickson Joycelyn Henson 9/12/2011