SOLICITATION NOTICE
U -- Eighteen Linguist for Five Languages
- Notice Date
- 4/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M8K-7004-1080
- Response Due
- 4/26/2007
- Archive Date
- 6/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This will be a 100% Small Business Set Aside acquisition under North American Industry Classification System Code 541930, with a small business size standard of $6.5 Million. SPECIFICATIONS: The Utah National Guard has a requirement for linguist role players to be used during an annual training exercise. The training objective is to have a native linguist evaluate military soldiers performing either a walk-in source interview or a scenario-based interrogation in their assigned language. REQUITEMENTS: a. Native linguists in the following quantities and languages: 6 Arabic; 4 Russian; 4 French; 2 Persian Farsi; and 2 German. b. Linguists must be available 18-24 June 2007. 18-19 June 2007 will be used to train linguists as evaluators and as role players in the exercise scenario. This training will be conducted at Camp Williams, UT. 20-24 June 2007 linguists will be acting as exercise role players at Dugway Proving Grounds , UT. c. Being a role player should be interpreted to mean that the linguist will pretend to be an Iraqi detainee. Each role player will have a pre-scripted role of how to act and what information to give the soldier assigned to interrogate/question t hem. No physical or otherwise harsh treatment will be used during questioning. Every role player will be questioned at least 4 times daily during the 4 day exercise. d. Each linguist will be required to do a comprehensive language evaluation on each soldier they work with. All evaluation procedures and forms will be provided. e. Linguists will be asked to report and be released from Camp Williams, UT. Lodging (mal e/female) and transportation during the exercise will be provided. Linguists will need to pay for all of their meals and bring all necessary personal items. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration (JUL 2006); ( 2) FAR 52.212-1 Instructions to Offerors--Commercial Items (JAN 2006); (3) FAR 52.212-2 Evaluation--Commercial Items (JAN 1999); (4) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006), with Alternate I (APR 2002); (5) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005); (6) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006), the following clauses are applicable and incorporated by r eference; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 5 2.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration ( OCT 2003); (7) DFARS 252.204-7004 Central Con tractor Registration, Alternate A (NOV 2003); and (8) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). INSTRUCTIONS: Offers shall include (1) a detailed cost proposal; (2) short bio for each proposed linguist; (3) list of at least three references for whom you have provided a similar service covered by this announcement. Provide name, phone number and a br ief description of the service provided for each reference; and (4) completed el ectronic annual representations and certifications which can be found at http://orca.bpn.gov . Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order o f importance: (1) offerors capability to provide qualified native linguists in the required languages; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost or price. It is the intent of the Government to issue one award for this requirement, however, the Government reserves the right to issue multiple awards. ADDITIONAL INFORMATION: To receive the award, the offeror must be registered in the Central Contractor Registration (CCR) database, which can be accessed at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on April 26, 2007. Offers may be sent vi a e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
- Place of Performance
- Address: Camp W. G. Williams 17800 South Camp Williams Road Riverton UT
- Zip Code: 84065
- Country: US
- Zip Code: 84065
- Record
- SN01272198-W 20070414/070412221239 (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 |