SOLICITATION NOTICE
R -- Creole Language Translator
- Notice Date
- 9/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050
- ZIP Code
- 33131-3050
- Solicitation Number
- HSCG28-08-P-289798008
- Archive Date
- 10/9/2008
- Point of Contact
- Debra A Smith, Phone: 305-415-7086
- E-Mail Address
-
debra.a.smith@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought solicitation only for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice: The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not issued. This solicitation HSCG28-08-P-289798008 is issued as a TOTAL SET ASIDE FOR SMALL BUSINESS CONCERNS. The solicitation document and incorporated provisions and clauses are available via internet address: http://www.arnet.gov.far/. The North American Industry Classification System (NAICS) is 813920 and Small Business size standards is $6.5. Quote price and totals for the following: STATEMENT OF WORK FOR INTERPRETERS. 1. Contractor shall furnish linguistic (translator) support for the Creole lamguage and dialects for an entire year. 2. Payment will be made for services rendered on a monthly basis per within the written contract for the operation. Interperter may need to be debriefed upon completion of his/her time onboard US Coast Guard vessel which will last no more than one-half day and take place at US Coast Guard District Seven, 909 SE 1st Ave Miami FL 33131. 3. Interpeters are required to sign a copy of the Interpeters Oath. 4. Interpeters must be proficient in the language and dialect required for the operation and must be physically fit. Interpeter will be working in the maritime enviroment and should be able to swim and tread water. 5. Interpeters must, immediatley after translating, provide oral and written (if requested) language interpretations in order to transfer information between respective parties. Interpreter must also be able to do the following: a. Have the ability to understand speakers and rapidly translate information, in an accurate manner, into English and into the native language. b. Must be skilled in interpreting the meaning, tone and intent of the speakers statement. c. Must be able to put aliens at ease, gain their confidence and interpret at their level of reasoning and understanding. 6. Interpretor will be needed 24 hours a day, 365 days a year. (366 day in a leap year) and live on board a US Coast Guard Cutter. During this time at sea the interpretor can not expect to have any time at a port of call or on land. Keeping this in mind it is highly recommended that the interpreter switch out every 30 days to prevent fatigue. a. Interpreter service will work with the US Coast Guard District Seven AIMO Officer to schedule interpreters changes, Interpreter swaps will most likely happen in Guantanamo Bay, Cuba depending on operational needs. b. In order to get to Guantanamo Bay, Cuba the interpreter will need a Country Clearance message in hand upon departute from the continental United States. The interpreter service can work with the US Coast Guard District Seven AMIO Officer in order to obtain clearance 30 days prior to departure of a new interpreter. 7. Interpreter must have proper documentation, e.g. a passport if a United States citzen. Naturalized citzens must have in their possession a United States passport or their naturalization certificate. It is the interpreters responsibility to have in their possesstion a Form I-551, I-151, or the equivalent proper document for possible reentry into the United States on a commercial airlines from a foreign nation when operational mission circumstances require it. 8. The US Coast Guard will provide transportation for interpreters to and from the area of the operation. Interpreters will be required to sail on a variety of US Coast Guard vessels and expected to embark and disembark said vessels via aircraft, land, dockside, or in open sea. This requires climbing, bending, balancing, stooping, kneeling and reaching. It will be the interpreter's responsibility to provide and wear suitable attire for vessel and aircraft operations such as long pants, appropriate safety foot wear etc. accomodations with the crew. Interpreters may also be required to board various foreign vessels which may be of questionable seaworthiness and physical surroundings while interpreting which may impose some discomforts. 9. Interpreters must be familiar with standard procedures, mindful of their responsibility, behavior, selfinterest and properly portray the US Coast Guard efforts. Interpreters may not contradict or be interpreted as contradicting, the US Coast policies. 10. If a situation arises where the US Coast Guard has determined that an interpreter is in violation of any portion of this US Coast Guard Purchase Agreement or the signed interpreter's written oath, the interpreter will be immediatly removed from the operational field and returned back to the United States. The US Coast Guard will notify the contractor whenever this situation occurs. The contractor will have another interpreter readily available for replacement and be prepared to depart within 12 hours of notification. It will be the contractor's responsibility to insure the interpreter in violation of the US Coast Guard purchase agreement is not brought back to any US Coast Guard operational theater. 11. Berthing and messing will normally be provided while onboard US Coast Guard vessels. If for any reason they may have to indur food, lodging or transportation expenses while awaiting transportation, the US Coast Guard will reimburse the contractor the expenses but will not pay anything that exceeds the US Coast Guard per diem rate for the area that these expenses incurred. Receipts for these expenses must be provided with the invoice. Travel to and from Guatanamo Bay, Cuba can make for a long day and the interpreter should be able to purchase food out of his own pocket with reimbursement at a later date. The US Coast Guard will not be able to provide food, but places may be available to purchase food, prior to the interpreter meeting with the US Coast Guard vessel. The Government will award a contract to the responsible offerors conforms to the solicitation and is the most advantagous to the government estimate, quality, past performance and other factors considered. All offerors will be evaluated in accordance with the Simpilfied Acquistion Procedures FAR subpart 13.106. The provisions at 52.212-1, instruction to Offerors-commercial items(Oct 2003) and 52.215-5 facsimile proposals (Oct 1997) apply to this solicitation. The provision 52.212-3, offeror represetations and certification, commercial items (Jan 2005), shall be completed and submitted with this RFQ. Complete and provide all information in this solicitation and provisions of all cited FAR Clauses, to receive an award. The vendor MUST be registered in CCR (Central Contractor Registration) database. Quotes are due no later than 3:00pm EST on 9/24/2008 to Commanding Officer, US Coast Goard, ISC Miami (fp), 909 SE 1st Ave Rm 512 Miami FL 33131-3050. Faxed quotes/proposals are also acceptable at 305.415.7092 or by email to debra.a.smith@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53d0b2bbd1d0e944f6df6934f4108838&tab=core&_cview=1)
- Place of Performance
- Address: 909 SE 1st Ave Rm 512, Miami, Florida, 33131-3050, United States
- Zip Code: 33131-3050
- Zip Code: 33131-3050
- Record
- SN01666467-W 20080912/080910223114-53d0b2bbd1d0e944f6df6934f4108838 (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 |