Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
MODIFICATION

R -- Sign Language Interpretation Services

Notice Date
3/11/2008
 
Notice Type
Modification
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, WASHINGTON, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
137208
 
Response Due
3/24/2008
 
Archive Date
6/1/2008
 
Point of Contact
Mishelle Miller, Contracting Officer, Phone (202) 406-6790, Fax (202) 406-6801
 
E-Mail Address
mishelle.miller@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment 1 is to answer questions. Question: Will there be a DD254 and what are the requirements? Question: Is a facility clearance required? Question: Do you expect the interpreter to have security clearance prior to the commencement of the contract? If not, would you accept proposal with a qualified interpreter that could begin the security clearance process upon beginning of contract? Answers: A DD Form 254 (facility clearance for the firm) will be required for contract award. All personnel working under this requirement must be U.S. citizens and possess a minimum level Top Secret Defense Security Service (DSS), Defense Industrial Security Clearance Office (DISCO) or equivalent clearance. The individual presented for performance of services must pass a background check as determined by the U.S. Secret Service. All contractor personnel assigned to this contact shall meet the following minimum qualifications: 1. The firm providing the personnel must hold a minimum level Secret facility clearance upon award. 2. All personnel working under this requirement must be U.S. citizens, and shall be required to possess a minimum level Secret Defense Security Service (DSS), Defense Industrial Security Clearance Office (DISCO) or equivalent clearance. Documentation will be required to confirm such clearances, including date of clearance issuance, the Cage Code, a DSS/DISCO point of contact, and the address of the cognizant security office. 3. All personnel will be working on the Government site and shall complete a Contractor Personnel Access Application form (SSF 3237), and must undergo a security background check by the USSS. The contractor shall provide personnel who can successfully pass the background investigation. 4. Prior to award, the successful awardee shall be required to provide the name and contact information for the Contract Security Representative (CSR) of their firm. The CSR shall be the contact between the contractor and the USSS. The CSR shall handle all forms necessary to obtain security clearances and access approvals. Since Contractor personnel shall be required to have a Secret level clearance, the offeror must submit the following documents and others as required for each respective person immediately prior to award: a. Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act. b. SSF 3237 - Contractor Personnel Access Application (see Attachment 1) c. SSF 4024 - Conditional Access to Sensitive But Unclassified Information Nondisclosure Agreement (see Attachment 2) d. Provide evidence of the required security clearance for proposed personnel before beginning work. Question: Is sub-contracting allowed? Answer: Subcontracting is permitted, but the resume and qualifications of each interpreter must be submitted with the proposal. Question: Would the sub-contractor be required to have a facility clearance? Answer: Yes, the clearance requirements apply both to the prime and subcontractor. Question: Will you accept a proposal with a few interpreters that we feel may suit this type of requirement? Answer: USSS encourages multiple interpreters; USSS must review resumes and qualifications of all relevant interpreters. The offeror may propose a bank or pool of cleared interpreters to ensure full time coverage of interpretation services. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/137208/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01530160-F 20080313/080311230423 (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.