Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
MODIFICATION

R -- Dari Simultaneous Interpretation for SLSF - Revised PWS

Notice Date
3/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013MIPR2ER11P0299
 
Archive Date
4/4/2013
 
Point of Contact
Petra McPherson, , Woodrow Bell,
 
E-Mail Address
petra.mcpherson@dsca.mil, woodrow.bell@dsca.mil
(petra.mcpherson@dsca.mil, woodrow.bell@dsca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED PWS (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013MIPR2ER11P0299, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, Effective July 26, 2012. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide simultaneous interpretation services in English to and from Dari, translation booths and portable headphone equipment & Technicians in support of the Near East South Asia Center for Strategic Studies (NESA), Program Management Review (PMR) and Senior Leader Sustainment Forum (SLSF) currently scheduled from 24-29 March 2013. The solicitation is being issued as 100% small business set aside under North American Classification System (NAICS) code is 541930, Translation and Interpretation Services. The small business size standard is $7.0 million. (v) Specifies. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Date Time Frame 24 Mar 2013 1:00PM -4:00PM 25 Mar 2013 0830-1645 26 Mar 2013 0900-1600 + evening event 6:00pm - 8:00pm 27 Mar 2013 0900-1700 28 Mar 2013 0830-1600 29 Mar 2013 0930-1200 Delivery of service is to be performed in Crystal City, Fort Belvoir and Fort McNair located in the U.S. Coast Guard Headquarters, 2100 Second Street SW, Washington, DC. DSCA intends to purchase the services under the following Contract Line Items (CLINs): CLIN SERVICE QUANTITY UNIT UNIT PRICE TOTAL 0001 (6) Dari Simultaneous Interpreters 30 Days (6 x 5 days) 0002 6 Dari Interpreters on 24 March 18 Hours (to meet with Facilitators) 3 Hrs x 6 0003 2 Dari interprers -Evening Event 2 EACH 0004 Dari/English/Dari Normal Translation 10,000 Words 0005 Dari/English/Dari Expedited Translation 10,000 Words 0006 2 Person Portable Translation Booths 6 Each 0007 Push-to-Talk Delegate Microphones 15 Each 0008 Wireless infrared Receiver with 25 Each Headphones 0009 2 Technician 25-29 March 5 Days = 10 days 11 Days Plus 1/2 day for equipment setup on 24 March & 1/2 day assemble/dissemble on other days (vi) Clauses and Provisions. The provision at FAR 52.252-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following evaluation factors shall be used to evaluate offers: (vii) Evaluation Factors The Evaluation factors are Technical Capability and Price Technical Capability: Vendor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule. Acceptable Standard for Technical Capability: Interpreters must have acceptable certification. Acceptable certification qualifications for this requirement are as follows: - Court Reporter - Department of State Interpreters Examination - Accreditation as an interpreter from a school of languages and linguistics Additionally, simultaneous interpreters must have a minimum of 3 years experience with Department of Defense related terms and terminology during simultaneous briefings,exercises and lecturers and must be able to interpret "all dialogue" to include titles and government affiliations to interact with senior foreign representatives and diplomats. Offeror must provide resumes of each interpreter. Offeror must provide appropriate portable translation booths, corresponding earpieces or other mobile related equipment for proper hearing and translation. Price: The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for Award. Relative importance of factors: Technical Capability is slightly more important than price. When combined the non-price criteria are more important than price. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest price proposal. (viii)Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g)) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (SEP 2010)(38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(E.O. 13496) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.) 52.246-4, Inspection of Services - Fixed Price 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. (ix)Submission Requirements: 1. Vendor quote shall demonstrate ability to support the services identified in the attached Statement of Work and Schedule. Submission must include evidence of certification requirements, experience and resumes. 2. Vendor shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Vendor to provide their cancellation policy with their price submission. 3. Vendor shall provide all costs inclusive of labor, direct and indirect costs (including salaries; fringe benefits; overhead; and general and administrative expenses); non-personal services and profit necessary to perform interpretation services. (x)Offers shall be submitted by 20 March 2013 no later than 2:00 PM EST. Offers shall be submitted via email to petra.mcpherson@dsca.mil with the subject line "NESA Senior Leader Sustainment Forum, HQ0013MIPR2ER11P0299." Please provide copy of email to: woodrow.bell@dsca.mil. Facsimile submission will not be accepted. Further details regarding the requirement can be found in the attached Revised Statement of Work (SOW).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013MIPR2ER11P0299/listing.html)
 
Place of Performance
Address: Crystal City, FT Belvoir, Washington, DC, United States
 
Record
SN03015136-W 20130321/130319235113-3531fc31d308e9088cbfb3bba96f6ea9 (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.