Broward County Commission Regular Meeting
Director's Name: Stephen Farmer (Acting Director)
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO AWARD multiple award open-end contracts to low responsive, responsible bidders: Group 1 - Homeland Language Services, LLC (Primary), GLOBO Language Solutions, LLC (Secondary); Group 2 - Craig Enterprises, Inc. dba CommGap (Primary), Homeland Language Services, LLC (Secondary); Group 3 - MGM Linguistic Solutions, LLC (Primary), IU, LLC (Secondary); Group 4 - SignTalk LLC (Primary), GLOBO Language Solutions, LLC (Secondary); Group 5 - Homeland Language Services, LLC (Primary), GLOBO Language Solutions, LLC (Secondary); for Interpretation and Translation Services, Bid No. GEN2128489B1, in the initial two-year estimated amount of $471,573, and authorize the Director of Purchasing to renew the contracts for three one-year periods, for a five-year estimated amount of $1,178,933.
body
Why Action is Necessary
In accordance with Broward County Procurement Code Section 21.47, Award and Execution Authority, Board approval is required for awards with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract, that include a single bidder, rejection of apparent low bidder, protested award, or pulls from the Board regarding the intended award.
What Action Accomplishes
Provides for interpretation and translation services for the Broward Addiction Recovery Division and various other Broward County agencies that may have a need for these services.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE HUMAN SERVICES DEPARTMENT/BROWARD ADDICTION RECOVERY DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
The Office of Economic and Small Business Development (OESBD) originally designated this project as a reserve opportunity for certified Small Business Enterprise (SBE) firms with review for Procurement Preference if no SBE vendor applies or if this is not awarded from the SBE solicitation. No SBE firms submitted bids; therefore, the solicitation was advertised to the Non-Sheltered Market and no goals were applied (Exhibit 2).
Broward County Code of Ordinances Section 1-81.3(a), CBE goals and reserves, provides for the setting of a CBE goal of at least 25% unless the Board or County Administrator (under limited circumstances) approves a different goal, or no goal based upon a written determination by the Director of the Office of Economic and Small Business Development (OESBD). The Board’s approval of this item will result in no CBE goal being set for the applicable contracts consistent with the written determination provided by the Director of OESBD (Exhibit 2).
The open-end contracts provide language interpretation and translation services, including sign language, to persons who have limited English proficiency, or are deaf, hard-of-hearing, and/or blind; as well as services that will require, but are not limited to, interpretation of medical, mental health, and substance use terminology.
The solicitation specified a basis of award of multiple awards, which provided for awards to be made to a maximum of two responsive, responsible vendors for each solicited group: Group 1 - Telephone Interpretation, Group 2 - In-Person Interpretation, Group 3 - Document Translation, Group 4 - Interpretating for the Deaf, and Group 5 - Video Conferencing/Remote Interpretating. The primary contract will be awarded to the low responsive, responsible vendor, who will be designated as the Primary Vendor; the second lowest responsive, responsible vendor will be designated as the Secondary Vendor. Purchase orders will be issued to the Secondary Vendor when the Primary Vendor is unable to perform or when the County determines that the Primary Vendor’s maximum service capacity has been reached and additional service capacity is still needed by the County to meet the County’s service timeframes. The total five-year estimated amount of $1,178,933 is the estimated aggregate amount for the Primary and Secondary Vendors.
The Director of Purchasing has determined the apparent low bidder, Complete Contract Consulting (Group 5), to be non-responsive to the bid requirements based on non-compliance with providing certification requirements, and a response to the Vendor Security Questionnaire.
The Broward Addiction Recovery Division (BARC) has reviewed the bids submitted by Homeland Language Services, LLC (“Homeland”), GLOBO Language Solutions LLC (“GLOBO”), Craig Enterprises, Inc. dba CommGap (“CommGap”), MGM Linguistic Solutions LLC (“MGM”), IU LLC (“IU”), SignTalk LLC (“SignTalk”) and concurs with the recommendation for award (Exhibit 3).
No County vendor performance evaluations have been completed for Homeland, GLOBO, CommGap, MGM, IU, and SignTalk.
The Purchasing Division reviewed the prices submitted by Homeland, GLOBO, CommGap, MGM, IU, and SignTalk and has determined that the prices submitted are fair and reasonable (Exhibit 4).
The bid was advertised on June 4, 2024, and opened on July 5, 2024; 15 bids were received with no declinations (Exhibit 1).
The Recommendation for Award was posted on the Purchasing Division website from December 4 - 11, 2024. There was no protest filed against this procurement.
Incumbent: Voiance Language Services, LLC, via the State of Florida Contract No. 90121702-20-ACS, Contract Term: July 26, 2023, through May 3, 2025. Expenditures to date: $13,723.
The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of the award.
The bid validity for CommGap, GLOBO, Homeland, IU, MGM, and SignTalk expired on November 2, 2024; all six vendors have agreed to extend their respective bid validity through February 28, 2025. The reason for the bid validity extension was due to an extensive review of the bid responses.
The contracts consist of the County’s solicitation and the vendor’s response.
The initial contract period begins on date of award.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, 954-357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
The open-end contracts have a not-to-exceed amount of $1,178,933 over a potential five-year period. The funds estimated for the current fiscal year are included in the current Fiscal Year budget.
Requisition No. ARC0004256