SOLICITATION NOTICE
R -- China Open-Source Exploitation Support - Package #1
- Notice Date
- 12/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Defense Intelligence Agency, AE-2C - DODIIS Support Division, Wahington, DC, United States
- ZIP Code
- 00000
- Solicitation Number
- HHM402-12-R-0014
- Archive Date
- 4/1/2012
- Point of Contact
- Uhry T. Thomas, Phone: 2022315134, Preston Millikan, Phone: 2022313220
- E-Mail Address
-
uhry.thomas@dodiis.mil, preston.millikan@dodiis.mil
(uhry.thomas@dodiis.mil, preston.millikan@dodiis.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation for China Open-Source Exploitation Support This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number HHM402-12-R-0014 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code is <541930 translation and interpretation services and the business size standard for this NAICS is $6,000,000.00. This procurement is a total small business set aside. All prospective offerors must have a Commercial And Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The period of performance for this contract> will be from date of award for 12 months with four option periods of 12 months each. This requirement is for Translation, knowledge Management and Analysis services of Chinese source material of printed material. The Virginia Contracting Activity intends to award a Firm Fxed Price contract. The Government intends to award a single contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageousto the Government, price and other factors considered. The following factors will be used to evaluate proposals: 1. Technical/Management Capability, 2. Past/Present Performance, 3. Cost/Price. The evaluation factors are not rated and are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors- Commercial Items; 52-212-3 Offeror Representations and Certifications – Commercial Items; 52-212-4 Contract terms and Conditions – Commercial Items; 52-212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222.21 Prohibitions of Segregated Facilities; 52.222-26 Equal Opportunity E.O. 11246; 52.222-35, Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 38 U.S.C. 4212; 52.222-36, Affirmative Action for Workers with Disabilities 29 U.S.C. 793; 52.222-37, Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 38 U.S.C. 4212; 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission. All clauses and provisions may be found in full text at the following web site: http//farsite.hill.af.mil or http://www/arnet/gov/far. Proposals and questions are to be emailed to Uhry Thomas at uhry.thomas@dodiis.mil. Only emailed questions will be accepted. Questions must be emailed prior to 12:00 pm EST on Wednesday, December 28, 2011. The deadline for proposals is 12:00 pm EST on Tuesday, January 17, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/edb60858ca8b10d5c434b9835009cbcd)
- Place of Performance
- Address: Virginia Contracting Activity, ATTN: AE-2, Bolling AFB, Bldg. 6000, Washington, District of Columbia, 20340-5100, United States
- Zip Code: 20340-5100
- Zip Code: 20340-5100
- Record
- SN02643754-W 20111223/111221234921-edb60858ca8b10d5c434b9835009cbcd (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 |