Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
MODIFICATION

R -- Regional Linguist Services - Southern West Coast Region - Amendment 6

Notice Date
5/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-12-R-0017
 
Archive Date
6/20/2012
 
Point of Contact
Amanda Marsh, Phone: 2023078337, Eric VanderVeen, Phone: 202-307-7987
 
E-Mail Address
amanda.j.marsh@usdoj.gov, eric.vanderveen@usdoj.gov
(amanda.j.marsh@usdoj.gov, eric.vanderveen@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Price Evaluation Sheet - Excel Spreadsheet (revised per Modification 0004) Amendment 0004 to DJD-12-R-0017 The Drug Enforcement Administration (DEA) requires Regional Linguist Services (RLS) for the Southern West Coast Region which includes the Los Angeles and San Diego Field Divisions. The applicable North American Industry Classification System (NAICS) is 541930, Translation and Interpretation Services. The Small Business Size Standard is $7 million. This is a full and open competition. The successful contractor will be responsible for providing required services to include, but not limited to, analysis, monitoring, transcription, translation, interpretation, validation, and minimization of DEA Title III wire intercepts. The contractor shall provide all management, supervision, personnel, quality control, and security and demonstrate that sufficient resources have been included in the linguist billing rates to successfully perform the required services. The government intends to procure these services in accordance with FAR Part 15 Negotiation procedures. It is anticipated that this acquisition will result in the award of a single regional Time and Materials, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The anticipated period of performance will consist of one 12 month base period plus four 12 month option periods. Attached please find a copy of the Presoliciation Notice, Cover Letter, RFP DJD-12-R-0017, a Pricing Evaluation Sheet, and Past Peformance Questionnaire. The Pricing Evaluation Sheet shall be utilized in conjunction with the Sample Task Order included in the RFP. Each offeror shall fill in the hourly rate for each CLIN within the spreadsheet and provide itemized costs for each rate proposed. The Contracting Officer of this procurement is Doreen Upshur Adair. In the event that both Contract Specialists, Justice Parker and Yokita Davis, are unavailable, Doreen Upshur Adair can be reached via email at Doreen.Upshur@usdoj.gov. PLEASE IGNORE ALL DEAD LINKS. AS OF MAY 30, 2012, THERE HAVE BEEN 4 AMENDMENTS TO SOLICITATION DJD-12-R-0017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-12-R-0017/listing.html)
 
Place of Performance
Address: See Section F of attached RFP, United States
 
Record
SN02760852-W 20120601/120530235211-e98c3050a14397163c6220b6b5e8bb0a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.