SOLICITATION NOTICE
U -- COMBAT INTERPRETER/TRANSLATOR CURRICULUM DEVELOPMENT SUPPORT
- Notice Date
- 12/9/2010
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N11R0015
- Response Due
- 1/5/2011
- Archive Date
- 3/6/2011
- Point of Contact
- Jamie Arthur, 831-242-7376
- E-Mail Address
-
USAR Contracting Center - West (POM)
(jamie.m.arthur@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command-Presidio of Monterey has a requirement for the COMBAT INTERPRETER/TRANSLATOR CURRICULUM DEVELOPMENT SUPPORT. The work consists of, but is not limited to the following: Developing Translation and Interpretation Training and Testing Capabilities (TITTC) in the following language combinations: (1) Baluchi-English; (2) Korean-English; (3) Russian-English; (4) Hindi-English; (5) Spanish-English; (6) Cantonese-English; (7) Portuguese (Brazilian)-English and; (8) Portuguese (European)-English. Solicitation number W9124N-11-R-0015 will be available on or about 5 January 2011. The technical proposal for the solicitation will consist of, but is not limited to the following: Subfactor A: Organizational Structure (1) Provide an organizational chart that clearly identifies the management, language teams, and key positions to be utilized in executing the contract. (2) Describe overall management approach with regard to organization, coordination, monitoring, and control of multiple simultaneous test development projects. Describe interface with on-site, home office, subcontractor operations, government project managers, contracting officials, inspectors, and users demonstrating thorough understanding of the item development process. (3) Describe the project manager's role in the organization and indicate who on the team will have the prime responsibility for total coordination of all disciplines. Include a resume for the project manager. Subfactor B: Quality Control Plan (1) Describe quality control processes and methods used to ensure that only high quality items and passages are accepted. (2) Describe the tools/methods to be used to identify poor performing subcontractors and/or in-house personnel. (3) Describe processes that will ensure that development and quality-control processes are adequately reviewed for compatibility with Government processes, systems, and requirements. (4) Describe how interface with Government inspectors and planners will be accomplished. Subfactor C: Product Sample Submit sample scenario and a lesson plan for a class (approximately one hour in duration) introducing the fundamental principles of mid-level interpretation; and, in addition, submit one example of a site translation test. These materials shall be in English; however, the sections that are supposed to be in a Target Language shall be highlighted by using italic font or different color. Subfactor D: Target-language expert recruitment and management Plan (1) Describe the method and criteria to be used in selection of personnel with target-language expertise. (2) Describe policies and procedures for management of personnel with target-language expertise, including surveillance, quality control, scheduling, and performance. Subfactor E: Past Experience (1) Provide documents for a project that your firm has executed that describes the capabilities of your firm's ability to execute similar language projects. Documents may include but not limited to, execution narratives, written discussions, and supporting documents. (2) Describe procedures, processes and methods for tracking the progress of the project and interface with the Government from beginning to end. (3) Provide a standard process or checklist used to validate and understand the customer's requirement. (4) Provide a detailed schedule that was used to manage the project submitted. Please see the solicitation for complete performance work statement, instructions to offerors, and evaluation criteria. No information is required in response to this synopsis. Proposals are due on or around 26 January 2011. This acquisition is for full and open competition. The North American Industry Classification System (NAICS) code for this project is 611710 with a size standard of $7.0M. Performance period is 1 April 2011 through 30 March 2012. The contract will be a single award, Firm-Fixed-Price type contract. Solicitation number W9124N-11-R-0015 will be available on or about 5 January 2011 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the Central Contractor Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. The point of contact for this requirement is Jamie Arthur, 831-242-7376 or jamie.m.arthur@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c9ce32e49074734795f7558fcbd6f68)
- Place of Performance
- Address: USAR Contracting Center - West (POM) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN02341723-W 20101211/101209234347-2c9ce32e49074734795f7558fcbd6f68 (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 |