Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

R -- 2012 Panamax Execution Conference - Translation & Interpretation Services

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
9301 NW 33rd Street, Doral FL 33172, DORAL, FL 33172
 
ZIP Code
33172
 
Solicitation Number
W91QEX-12-T-0049
 
Response Due
7/2/2012
 
Archive Date
12/29/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is W91QEX-12-T-0049 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-02 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Sam Houston - ICO Miami requires the following items, Meet or Exceed, to the following: LI 001, SIMULTANEOUS INTERPRETATION The Contractor shall provide simultaneous interpretation services (2 interpreters) in accordance with the performance work statement from 0800 to 1700 hrs. on 02-08 August 2012. See Attached Solicitation for further details., 90, HOURS; LI 002, CONSECUTIVE INTERPRETATION (24 HOUR SERVICE) The Contractor shall provide on site consecutive interpretation services (2 interpreters) in accordance with the performance work statement on a 24 hour basis (3 - 8 hour shifts daily) from 0800 to 0800 hrs. on 09-16 August 2012. Please note: On 16 August, the Contractor shall only need to be available until 1200 hours (4 hours total). See Attached Solicitation for further details., 344, HOURS; LI 003, TRANSLATION SUPPORT The Contractor shall provide on site translation services in accordance with the performance work statement from 0800 to 1700 hrs. on 02-03, 06-09 August 2012, 0800 to 0800 hrs. on 09-15 August 2012, and 0800 to 1200 hrs. on 16 August 2012. Please note: Each translator shall have a laptop computer with Windows Operating System in accordance with paragraph 11.2 of the performance work statement. See Attached Solicitation for further details., 23, DAYS; LI 004, INTERPRETATION EQUIPMENT The Contractor shall provide on site interpretation equipment for 5 days in accordance with the performance work statement in coordination to the hours of service in paragraphs 3.3.1. and 3.3.3. of the performance work statement. The Contractor shall provide 50 fully charged wireless receivers with headsets and one portable wireless transmitter. See Attached Solicitation for further details., 5, DAYS; LI 005, TECHNICAL SUPPORT SERVICES The Contractor shall provide on site technical support services for setup, during the conference, and breakdown of all interpretation equipment in accordance with paragraphs 11.3 and 11.4 of the performance work statement. See Attached Solicitation for further details., 5, DAYS; LI 006, CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officers, Contracting Officer?s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform work (specified by zip code in the United States and nearest city, country, when in an overseas location, using the standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (per country. As part of this submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the field on the website. The XML direct transfer is a format for transferring filed from a contractor?s systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. * Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. See Attached Solicitation for further details., 1, EACH; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Sam Houston - ICO Miami intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Sam Houston - ICO Miami is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. If this requirement has set-aside restrictions, the Offeror must meet the size standard of the above NAICS code in order to be eligible for award. Offerors are advised that payments against the contract resulting from this solicitation will be made through the Wide Area Workflow (WAWF), an electronic method to process vendor request for payment. More information regarding this method may be found at: https://wawf.eb.mil/.? Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bce2c727a4f50314ea2731f167f7067)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02787356-W 20120629/120627235014-0bce2c727a4f50314ea2731f167f7067 (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.