DOCUMENT
99 -- language interpreters at the IDEAS conference - Statement of Work
- Notice Date
- 10/20/2008
- Notice Type
- Statement of Work
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
- ZIP Code
- 20405-0000
- Solicitation Number
- GS00V09PDC0001
- Archive Date
- 11/11/2008
- Point of Contact
- Kisha Emmanuel,, Phone: 2022193457
- E-Mail Address
-
kisha.emmanuel@gsa.gov
- 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. The solicitation number is GS00V09PDC0001 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard $6.5M. However this requirement is unrestricted and all interested offerors may submit a quote. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be access electronically at http://www.acqnet.gov/far. Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, they may do so by accessing the following web site at http://www.ccr.gov. The requirement is for a contractor to provide sign language interpreters at the IDEAS conference. The services are delineated in the attached Statement of Work (SOW). (See attachment II). The period of performance for this award is November 14, 2008. The Government may award without discussions. FORMAT FOR TECHNICAL PROPOSAL •On the cover letter indicate the company’s Tax identification number and Remittance address. •The due date for submittal of the Technical and Price Proposals will be, October 27, 2008, 1:00 pm EST, to Kisha Emmanuel, Contracting Officer via email at kisha.emmanuel@gsa.gov using Microsoft Word or PDF attachments. The Technical Proposal shall not exceed (5) pages in length, exclusive of the resumes, but inclusive of all other addendums, attachments, exhibits, etc. Resumes shall be a maximum of one page each. As Technical Proposals are reviewed, evaluated and rank-ordered prior to reviewing Price Proposals, all technical information in the Technical Proposal shall be considered. The written portion of the Technical Proposal shall include information describing the below factors; •Key Personnel •Past Performance FACTOR A - Key Personnel •Descriptions shall include the quality and depth of experience of proposed personnel in working on similar projects in terms of background, education, work experience, and accomplishments. •Descriptions shall demonstrate the knowledge that key personnel have gained through completed and ongoing efforts on similar projects. "Similar projects" is meant to convey similarity in subject matter, dollar value, duration, and complexity. FACTOR B - Past Performance •The offeror is asked to provide examples of the offeror’s past performance experience with respect to projects similar in scope, size, complexity and relevant subject matter expertise to the work described in the SOW. •Provide a summary of at least three (3) similar contracts performed by your organization for the last three years. Each summary is limited to one page for a total of a maximum of three pages for past performance. •Include a brief description of the project, project title, contract number, period of performance, contract amount, and client identification including agency or company name, and point-of-contact with e-mail and telephone number. Contact information must be current. PRICE PROPOSAL INSTRUCTIONS: •The price proposal shall be a separate volume from the technical proposal. •It shall be submitted at the same time as the technical proposal. •Proposals shall clearly reflect the tasking as specified in the SOW. •For evaluation purposes only by the Contracting Officer, offerors shall provide labor categories, labor rates and estimated hours for each task. EVALUATION OF PROPOSAL Each offeror’s proposal shall be evaluated according to the below technical factors. The factors are roughly equal in weight and are listed below. FACTOR A: Key Personnel (50%) •Availability and qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives stated herein; •Consideration of the required knowledge, skills and abilities as specified in the SOW. FACTOR B: Past Performance (50%) • The history of successful completion of three similar efforts within the past three years, on producing high-quality work and staying on schedule. CONTRACT AWARD: Contract award shall be made to the responsible offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the program objectives at a realistic and reasonable price. Technical factors are more important than price; however, between proposals that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful offeror. The Government reserves the right not to accept any of the proposals.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab8d4500b5ed4a8c7cc45f2e4442ee51&tab=core&_cview=1)
- Document(s)
- Statement of Work
- File Name: Statement of Work (Attachment II - Statement of Work.pdf)
- Link: https://www.fbo.gov//utils/view?id=474c9e214ee9a2894935c32652ef6f63
- Bytes: 47.01 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Statement of Work (Attachment II - Statement of Work.pdf)
- Place of Performance
- Address: 1800 F street NW, Washington, District of Columbia, 20405, United States
- Zip Code: 20405
- Zip Code: 20405
- Record
- SN01694023-W 20081022/081020215034-ab8d4500b5ed4a8c7cc45f2e4442ee51 (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 |