SOURCES SOUGHT
R -- SIGN LANGUAGE INTERPRETING SERVICES
- Notice Date
- 5/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFI-282924
- Response Due
- 6/2/2009
- Archive Date
- 5/19/2010
- Point of Contact
- Keisha S Willingham, Contract Specialist, Phone 301-286-5466, Fax 301-286-0247, Email Keisha.S.Willingham@nasa.gov - James M Debelius, Contracting Officer, Phone 301-286-5491, Fax 301-286-0247, Email James.M.Debelius@nasa.gov<br />
- E-Mail Address
-
Keisha S Willingham
(Keisha.S.Willingham@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for SignLanguage Interpreting Services.The NASA Goddard Space Flight Center (GSFC) in Greenbelt, Maryland has interpreting needsfor Deaf federal employees, students/interns, and visitors. Interpreting services areneeded for GSFC and NASA Headquarters employees, and sponsored work related activitiesand events, meetings, lectures, conferences, symposiums, employee conferences, internaland external training classes, business related travel, and all other employee workrelated requirements. Interpreting services required may be at Goddard, NASAHeadquarters in Washington, DC, or Wallops Flight Facility in Wallops Island, VA, and/orthe Washington Metropolitan area.Under most circumstances, interpreting is performed in offices, conference rooms,laboratories, clean rooms, auditoriums, etc.. The atmosphere of each location presents noundue physical stress or risk to the interpreters health and safety.The types of services requested are divided into two categories: General Interpretingand Technical Interpreting. General interpreting requests involve participating inmeetings, conferences, training classes, lectures, etc. Technical interpreting involvesparticipating in meetings, lectures, training classes, and conferences which areprimarily scientific and/or engineering nature. CAPABILITY STATEMENT:Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit capabilities statements, which must address the general and technicalrequirement and the following:A. Associate or higher degree in interpreting, or equivalent degree. Alternatively,possess a Bachelor or higher degree in fields not related to interpreting.B. Holder of at least one of the following certifications:Both RID Certification of Interpretation (CI) and RID Certificate ofTransliteration (CT) [Primary Interpreters only]RID Certificate of Interpretation [Backup Interpreters Only]RID Comprehensive Skills Certificate (CSC) RID Master Comprehensive Skills Certificate (MCSC)National Interpreter Certificate (NIC)Level III or higher in the National Association of the Deaf (NAD) [BackupInterpreters Only]NIC AdvancedNIC MasterC. A minimum of three years of professional interpreting experience for primaryinterpreter or two years interpreting experience for backup interpreter after obtainingcertification.D. Demonstrated ability to interpret in challenging settings (Auditoriums, high profileevents, etc.). [Primary Interpreter Only]The following information must also be provided: name and address of firm, size ofbusiness; average annual revenue for past 3 years and number of employees; ownership;whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned;number of years in business; affiliate information: parent company, joint venturepartners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement).No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Technical questions should be directed to: Merle Robbins via e-mail:Merle.E.Robbins@nasa.gov. Procurement related questions should be directed to: KeishaWillingham via e-mail: Keisha.S.Willingham@nsaa.gov.This requirement is considered to be commercial or commercial-type product as defined inFAR 2.101.This synopsis is for information and planning purposes ONLY and is not to be construed asa commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Keisha Willingham no later than 4.p.m ET, June 2, 2009. Please reference RFI-282924 in any response. Any referenced notesmay be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-282924/listing.html)
- Record
- SN01822657-W 20090521/090520002037-94873ca1c58a2c5d91f5a5e86b3716b7 (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 |