Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

R -- Simultaneous Interpretation CHDS SDP Course - Performance Work Statement (PWS)

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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
HQ001313T0023
 
Archive Date
10/1/2013
 
Point of Contact
Janet M D'Angelo, Phone: 703-601-3728
 
E-Mail Address
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached PWS provides details regarding the English/Spanish simultaneous interpretation service requirements. Solicitation Number: HQ001313T0023 Notice Type: Combined Synopsis/Solicitation (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) The solicitation number HQ001313T0023 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 and incorporated provisions and clauses are those 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 solicitation is to procure simultaneous interpretation services (English and Spanish) in support of the Center for Hemispheric Defense Studies' Strategy and Defense Policy Course currently scheduled for 23 September through 11 October 2013. This solicitation is being issued as a 100% small business set aside under North American Industry Classification Standard (NAICS) code is 541930, Translation and Interpretation Services. The small business size standard is $7 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Period of performance: The SDP course dates are 23 September through 11 October 2013. At this time, the dates of the required simultaneous interpretation services are as follows: Date Time Frame Actual Time of Service 23 Sep 2013 0800-1600 0800-1200 2 @ Half Day 24 Sep 2013 0900-1230 0900-1230 2 @ Half Day 26 Sep 2013 0800-1600 0830-1600 2 @ Full Day 27 Sep 2013 0800-1000 0830-0930 2 @ Half Day 30 Sep 2013 0800-1600 0800-1600 w/breaks 2 @ Full Day 07 Oct 2013 0800-1600 0800-1600 w/breaks 2 @ Full Day 09 Oct 2013 1300-1530 1330-1500 2 @ Half Day 10 Oct 2013 0800-1000 0800-0930 2 @ Half Day 11 Oct 2013 1300-1700 1400-1530 2 @ Half Day Place of Performance: Work performed under the contract will be performed in Washington, DC. DSCA intends to purchase the services under the following Contract Line Items (CLINs): 0001 Interpretation services - Half day; quantity 12 each 0002 Interpretation services - Full Day; quantity 06 each 0003 Manpower Reporting - Not separately priced (vi) Clauses and Provisions. The provision at FAR 52.212-1, 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, Past Performance and Price. Please note the submission requirements listed under (viii) Submission Requirements below. - Technical Capability: Vendor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule. Acceptability Standard for Technical Capability: Interpreters must have acceptable certification. Acceptable certification qualifications for this requirement are as follows: - Court interpreter - 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 and/or State Department related terms and terminology during briefings simulation exercises and lectures 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 resume of each interpreter. - Past Performance: The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors shall identify at least three recent and relevant contracts (including Federal, State, and local government) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. - 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 which is slightly more important than Past Performance. 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 priced proposal. The provision at FAR 52.212-3, Alt 1 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 Statutes or Executive Orders--Commercial Items, apply: 52.204-7 System for Award Management 52.219-6 Notice of Total Small Business Set-Aside 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(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 (June 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: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. (viii) 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. Past Performance - Offerors shall submit point of contact (POC) information for three (3) recent similar requirements. Contact information shall include: Name of POC. Email address of POC. Contract Number/Name/Period of Performance. A description of work performed on the subject contract. 3. Vendor shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Vendor shall provide their cancellation policy and any associated fees with the price submission. Offers shall be submitted by 16 September 2013 no later than 10 AM EST. Offers shall be submitted via email to Janet.D'Angelo@dsca.mil with the subject line "HQ001313T0023 CHDS SDP Simultaneous Interpretation Services". Attachments should be titled with the solicitation number and the vendor name. Facsimile submissions will not be accepted. Further details regarding the requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001313T0023/listing.html)
 
Place of Performance
Address: DC Metro Area, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03181407-W 20130912/130910235049-56a081fcbcdd4f796131e961839bf144 (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.