Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2007 FBO #1955
SOLICITATION NOTICE

R -- TRANSLATION OF WTO ACCESSION MATERIALS

Notice Date
4/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SA13017RQ0007
 
Response Due
4/17/2007
 
Archive Date
5/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SA13017RQ0007. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. The NAICS code is 541930 and the associated small business size standard is $6.5M. The Government shall award one fixed price task order type contract as a result of this RFQ. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE Request for Quote. 1352.211-70 STATEMENT OF WORK/SPECIFICATIONS, January 2007. The Contractor shall furnish the necessary personnel, materials, equipment, services and facilities (except as otherwise specified) to perform the following Statement of Work/Specifications. BACKGROUND. The U.S. Department of Commerce?s Commercial Law Development program, CDLP, is providing technical assistance to the Government of Algeria, GOA, for World Trade Organization, WTO, accession. An integral part of this assistance will be the translation, from French into English, of documents prepared by the GOA for submission to the WTO Secretariat. The contractor and its employees, hereafter referred to as the Contractor, will translate French WTO accession documents, prepared by the GOA, into English for CLDP. We estimate that there will be 450-750 pages, 250 words per page, of documents to be translated. The U.S. Department of Commerce generally, and CLDP particularly, will handle all arrangements deemed necessary for the successful implementation of the assignment on which The Contractor is working. All interested quoters shall provide a quote for the following line items: CLIN, Contract Line Item Number, 0001 ? Base Period. ? Effective Date of Award through 03/31/2008. Prompt and accurate translations of French WTO documents into English, sent for translation by CLDP or by one of its advisor, the advisors will be identified before the beginning of performance. CLIN 0002 - Base Period Option. This is an option to increase the level of effort of the base period for an additional 50,000 words if an additional level of effort is determined by CLDP. OPTION PERIOD I CLIN 1001 This is an option period of performance. Period of performance for this option period is April 1, 2008 through August 31, 2008, 75,000 words. OPTION PERIOD I CLIN 2001 This is an option period of performance. Period of performance for this option period is September 1, 2007 through February 28, 2009, 75,000 words. OPTION PERIOD I CLIN 3001 This is an option period of performance. Period of performance for this option period is March 1, 2009 through August 31, 2009, 75,000 words. DELIVERABLES. A.1. The Contractor shall translate all documents within two weeks, 10 business days, of receipt from CLDP. The Contractor is responsible for tracking the document turn-around timeframe, and reporting any deficiencies to the designated COTR. A. 2. If the Contractor does not feel it is feasible to provide the translation within the required two-week timeframe, the Contractor must request a verbal or written request for extension from the COTR. The COTR must provide approval in writing. Both requests and approvals may be submitted via e-mail. A.3. All translations shall be sent to CLDP in electronic format, or, as otherwise requested by CLDP. A.4. One, 1-page is defined as no-less than 250 words per page, not counting articles. Documents shall be submitted double spaced in 12-pt, Times New Roman font. B.1. Monthly progress report to be submitted to CLDP no later than the 10th day of the following month. These progress reports will be supported by the following elements: title of documents translated during the month, number of pages translated, and date of receipt of document, date when the corresponding translation was submitted to CLDP, and the number of, and reason for, deficient submissions. C.1. All documents are to be e-mailed to: Mariane Guerin-McManus, Senior Counsel, Commercial Law Development Program, Mail Stop 5875, Office of the General Counsel, U.S. Dept. of Commerce, 14th Street and Constitution Ave., N.W., Washington, D.C. 20230, e-mail: mmcmanus@doc.gov: and, Contracting Officer Technical Representative, COTR -Mr. Harry Hill, Administrative Officer, Commercial Law Development Program, Mail Stop 5875, Office of the General Counsel, U.S. Dept. of Commerce, 14th Street and Constitution Ave., N.W., Washington, D.C. 20230, e-mail: hhill@doc.gov. The Contractor shall furnish personnel with the following qualifications and experience that address the below technical factors in order for this contract to be awarded. Factor 1 - Technical Offerors shall provide a brief capability statement. not to exceed two 2-pages which address each criterion listed below. 1. Previous successful experience, for each proposed translator, in translating, from French into English, WTO accession procedures documents. 2. Previous successful experience, for each proposed translator, in translating from French into English WTO accession procedures documents prepared by the governments of Algeria, Tunisia or Morocco. 3. Translators are native English speakers, desirable. 4. Key Personnel -Resumes of key personnel that will be providing the translations requested in this SOW. The resumes shall demonstrate qualifications and expertise, and shall indicate the level of involvement and responsibility of each personnel. Factor 2 ? Past Performance Offeror shall provide references from customers that have had work performed, similar in nature, to the proposed work. References will be asked about performance of the contract as it relates to quality of services and timeliness of performance. Offerors must provide a minimum two 2-reference, per proposed translator, for projects within the past two 2-years. Factor 3 ? Price The price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the requirement in the SOW. The offeror shall provide fully loaded rates, per word, that include all direct and indirect costs associated with the work requested in this SOW. ADDITIONAL CONTRACTOR RESPONSIBILITES In addition to other duties included in this contract, the Contractor shall: a. Advise CLDP, at the earliest possible time, if the Contractor is not able to perform the contract for any reason; b. Report to the CLDP office, at the earliest convenience, any issues that may impair Contractor?s work and the performance of the contract; c. Not provide information on the Contractor?s work to anyone, unless authorized in advance and in writing by CLDP. FAR CLAUSES - FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Jul 1995, FAR 52.213-3 ? Offeror Representations and Certifications, Other clauses included are FAR 52.216-18, Ordering, Oct 1995, FAR 52.217-9, Option to extend the Term of the Contract, Mar 2000, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, Dec 1996, which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html. SUBMISSION REQUIREMENTS to this RFQ, Quoters are required to submit the following information by the date and time specified for receipt of offers: Factor 1 ? Technical - Resumes, not to exceed 2-pages in accordance with the Technical evaluation factor. Factor 2- Past Performance - provide a minimum of 2-references, per proposed translator, for projects within the past 2-years. Each reference shall not exceed 1- page per reference and shall include a brief description of the requirements for which the contractor has performed similar assessments, in accordance with the Past Performance evaluation factor. Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort, Factor 3 ? Price, Quoters are required to submit a firm fixed unit price for each CLIN including optional CLINs. The Government contemplates award of a Requirements Contract, FAR 52.216-21, resulting form this RFQ. Vendor must be actively registered in the Central Contractors Registration, CCR, in accordance with 52.204-7. EVALUATION METHOD - The evaluation factors are: FACTOR 1 ? Technical; FACTOR 2 ? Past Performance; FACTOR 3 ? Price. Factor 1 is more important than Factor 2. Factor 1 ? Technical and Factor 2- Past Performance are significantly collectively more important than Factor 3 ? Price. FACTOR 1 ? TECHNICAL, including key personnel resumes with qualifications meeting Factor 1 ? Technical requirements above, not exceeding 2 pages. FACTOR 2 - PAST PERFORMANCE, meeting Factor 2- Past Performance requirements above is including at least two 2-references, per proposed translator, for projects within the past 2 years. FACTOR 3 - PRICE. The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Each offer will be reviewed for their relative technical strengths and weaknesses in order to make a best value determination along with the price. INVOICING The contractor shall submit a monthly billing invoices/statement. The invoice shall include all services completed for the month. One 1-original of each invoice shall be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal. The SF-1034 can be located on the GSA Forms Library website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF The invoice and SF-1034 shall be submitted to the address and to the primary COTR identified in CAR clause 1350.201-71 of the solicitation. Questions regarding payment should be direct to the Contracting Officer identified in Standard Form 1449 of this contract. The contractor shall provide an original invoice for payment to the Department of Commerce National Industry of Science and Technology, NIST, Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: 301-975-2261; Fax: 301-975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form, NIST, 162 Form or other document/voucher authorizing Government payment) to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. A copy of the monthly invoice shall be submitted in accordance with the payment schedule identified on the Form 1449. . De minimis exception: In the event that a given month?s invoice does not exceed $150, the Contractor may forgo submission of an invoice for that month and may submit the corresponding costs in the invoice for the following month. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Quoters must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the Quoters, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Quoters must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government anticipates making one award under this solicitation. However, DOC is under no obligation to make more than one award, in fact, may not make any award under this solicitation. The Defense Priorities and Allocations System, DPAS, does not apply to this acquisition. Offerors shall submit 1-electronic proposals on CD-ROM, with three 3-original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: SA13017RQ0007, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Wendy M. Clare. The closing date for receipt of proposals is 12:00 PM local time, April 17, 2007. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Question regarding this acquisition should be forwarded to Wendy M. Clare: 202-482-5338; email wclare@doc.gov. This Solicitation shall not be construed as a commitment of any kind.
 
Place of Performance
Address: CLDP Department of Commerce, Ronald Regan Building Suite M800A, 14th Street and Constitution Ave, NW, Washington DC is the contract address for contract performance in the United States.
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01264175-W 20070404/070402220233 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.