Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
MODIFICATION

R -- Document Translation Services

Notice Date
6/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
 
ZIP Code
22313-1450
 
Solicitation Number
DOC52PAPT1200026
 
Archive Date
7/17/2012
 
Point of Contact
Teresa A. Kelley, Phone: 571-272-3262
 
E-Mail Address
teresa.kelley@uspto.gov
(teresa.kelley@uspto.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The United States Patent and Trademark Office (USPTO) intends to award one or more commercial item contracts to fulfill its requirement to obtain commercially available document translation services. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; electronic proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is DOC52PAPT1200026. The solicitation is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. (iv) This acquisition is reserved for woman-owned small businesses. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR. The associated North American Classification System (NAICS) code is 541930. The small business size standard is $7.0 million. The USPTO intends to award one or more contracts to woman-owned small businesses. The contracts will be issued for a period of one (1) year with four (4), one-year option periods. If more than one contract is awarded, the USPTO will attempt to rotate orders for services on an approximately equal basis taking into account each contractor's expertise, pricing, and past performance on previous orders. (v) See attachment 1 to this combined synopsis/solicitation for a list of contract line items, estimated quantities, and units or measure. (vi) See attachment 1 to this combined synopsis/solicitation for a detailed description of the requirement. (vii) See attachment 1 to this combined synopsis/solicitation for additional information regarding delivery methods and the location of delivery. The date of delivery will be specified in each order for services. (viii) The provision at 52.212.1, Instructions to Offeror-Commercial, applies to this acquisition. In addition, Offerors are required to submit (1) Brief capabilities statement not to exceed five (5) pages, (2) A description of the offeror's Translation and Quality Assurance Process to include the steps taken from the time an order is received until the completed order is returned to the customer, not to exceed five (5) pages, (3) References (including contract number, point of contact name, telephone number, and e-mail address) from a minimum of three (3), but no more than five (5) current customers (federal or commercial) for whose company the offeror has provided the same or similar services and with whose company the offeror has had a relationship for over one (1) year and translation services in excess of $100,000 for the year, and (4) A completed price schedule (see attachment 2 to this combined synopsis/solicitation). Offerors who submit a proposal without the documentation required in items 1 through 4 of this paragraph, will be eliminated without further consideration for award. An Offeror's entire electronic proposal, including items 1 through 3 above, shall not exceed 15 pages in length. Pricing shall be submitted as a separate file in MS Excel format. In the capabilities statement and the offeror's translation and quality assurance process, an offeror should address its capabilities and translation and quality assurance processes as they relate to the evaluation factors. (ix) The provision at 52.212.2, Evaluation-Commercial Items, will be used to evaluate offerors. The Government intends to award contracts from this combined synopsis/solicitation to the most responsible offeror/offerors whose offer conforming to the solicitation will be the most advantageous, representing the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Staff Experience, (2) Quality Assurance, (3) Past performance, and (4) Price. Factors are listed in descending order of importance. Factors 1, 2, and 3 are individually and collectively more important than price. Offerors are required to submit pricing for all contract line items listed in the tables in Section 2 Supplies/Services of attachment 1 to this combined synopsis/solicitation. For convenience, the tables in Section 2 Supplies/Services are attached to this combined synopsis/solicitation in MS Excel format as attachment 2. Pricing must be provided for the Base Year, and the four (4) option years. Pricing should be in MS Excel 2003 or later format. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attachment 1 to this combined synopsis/solicitation for a list of clauses within FAR 52.212-5 that apply to this acquisition as well as other FAR and USPTO terms and conditions that apply to this acquisition. (xiii) Additional contract requirements and terms and conditions are included in attachment 1 to this combined synopsis/solicitation. (xiv) Defense Priorities and Allocations Systems (DPAS) is not applicable. (xv) The closing date for the receipt of RFQs is no later than 2:00 p.m., EST 2 July 2012, and shall be submitted electronically to: Teresa Kelley at the following email address: Teresa.Kelley.@uspto.gov. Questions shall be submitted to Teresa.Kelley.@uspto.gov no later than 10:00 a.m. EST, 21 June 2012. E-mails should contain the solicitation number in the subject line. Please note that USPTO's e-mail server will not deliver e-mails with attachments in excess of 5MB. (xvi) The point of contact for this solicitation is Teresa Kelley. Email: Teresa.Kelley@uspto.gov, or phone number: 571-272-3262. This solicitation shall not be construed as a commitment of any kind.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/DOC52PAPT1200026/listing.html)
 
Place of Performance
Address: 600 Dulany Street, Alexandria, Virginia, 22313-1450, United States
Zip Code: 22313-1450
 
Record
SN02780174-W 20120621/120619235801-38e229996f86bf1a3d15e622aaa2f73d (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.