Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2013 FBO #4402
SOLICITATION NOTICE

R -- Simultaneous Interpreter/Facilitator for DOC/SABIT Program - Package #1

Notice Date
12/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1350-14-RQ-0025
 
Archive Date
1/1/2014
 
Point of Contact
Jemal Williams, Phone: 202-482-1459
 
E-Mail Address
jemal.williams@trade.gov
(jemal.williams@trade.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-SF18 This solicitation is issued as Request for Quotation (RFQ) Number SB1350-14-RQ-0025. The RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-71. This acquisition is 100% set-aside for Small Businesses. The NAICS code for this acquisition is 541930. Offerors who are not Small Businesses under NAICS code 541930 shall not qualify for award of any purchase order resulting from this RFQ. The due date for receipt of offeror's proposal is 2:00 p.m. Eastern Time, Tuesday, December 17, 2013. Vendor proposal shall be sent by email to the attention of Jemal Williams at jemal.williams@trade.gov. ALL PROPOSALS SHALL BE SUBMITTED IN ENGLISH; failure to submit a proposal in English will result in the proposal not being considered. Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by accessing www.sam.gov. 1.0 BACKGROUND Since 1990, SABIT (Special American Business Internship Training Program) at the Department of Commerce (DOC) has provided business training to professionals from Eurasia. Providing a unique opportunity to facilitate cross-border cooperation with Eurasia, SABIT helps American organizations form relationships with potential customers, distributors, or partners, who can assist in facilitating profitable international transactions. As relationships of mutual trust are the most significant aspect of interactions between partners in joint ventures, contractual arrangements, or business relations in Eurasia, the linkages formed through SABIT serve as a basis for new business development and lead to tangible results. The Interpreter/Facilitator shall be interpreting and facilitating training sessions and meetings with U.S. organizations as part of the specialized industry programs sponsored and financed by SABIT, in addition to serving as a resource and emergency contact for participants from Eurasia outside of meetings and training programs. 1.1 OBJECTIVES The SABIT program has a requirement for numerous Expert/Consultants who shall provide simultaneous Russian to English and English to Russian interpretation and facilitation services (hereunto defined as "Interpreter/Facilitator"). The Interpreter/Facilitator shall provide simultaneous interpretation and facilitation services for the 2014 SABIT programs. Specific objectives have been defined with respect to the work outlined in this Statement of Work: 1.1.1 Help SABIT meet its program objectives and performance measures by providing timely and high quality overall simultaneous interpretation and facilitation of the programs. 1.1.2 Present SABIT in a positive manner to U.S. host organizations and Eurasian program participants by ensuring all scheduled events and meetings function smoothly, with a minimum of problems and interruptions. 1.1.3 Identify strengths and weaknesses of the program, providing feedback to SABIT Program Officers, through final reports, meetings, and informal discussions that will enable SABIT to better meet the needs of both the U.S. Host Organizations and the Eurasian participants. 2.0 SCOPE The SCOPE of this procurement is to define the necessary requirements to ensure a high level of professional simultaneous interpretation and facilitation for the SABIT programs. 3.0 TASKS The Government requires simultaneous Russian to English and English to Russian interpretation and facilitation services for the 2014 SABIT programs. On each of the two (2) programs, the Interpreter/Facilitator will work in conjunction with another Interpreter/Facilitator as a team to provide the outlined services. 3.1 The Interpreter/Facilitator shall become familiar with the details of the SABIT Program including: 3.1.1 Expectations for conduct and behavior by visiting delegations during meetings, 3.1.2 The overall goals for the particular program, 3.1.3 The program and travel schedules that will be provided to the Interpreter/Facilitator in advance of the program. 3.2 The Interpreter/Facilitator shall arrive with the delegation, ready to provide simultaneous interpretation services for all meetings and events. 3.3 Facilitation services include facilitation of all program logistics, including: 3.3.1 Meeting the group at the airport upon arrival and departure; 3.3.2 Escorting the group from the airport to the hotel and from the hotel to the airport; 3.3.3 Checking the delegations in and out of all hotels in all scheduled cities; 3.3.4 Escorting the group to and from all official meetings, receptions, site visits, and events; 3.3.5 Available 24 hours a day for emergencies; 3.3.6 Available to handle problems that arise in the course of each program. 3.4 The Interpreter/Facilitator, unless otherwise notified by the Contracting Officer's Representative (COR), shall be required to stay at the same hotel with each delegation for the duration of the program. 3.5 The Interpreter/Facilitator shall report to the Program Officer/COR every day that official meetings or events occur, either via e-mail or telephone. 3.5.1 In addition, he/she will contact the Program Officer/COR in the case of any emergencies or problems as soon as the situation allows. These emergencies and problems could include medical and/or travel emergencies, violations of program regulations and standards, and scheduling problems. 3.6 The Interpreter/Facilitator shall be responsible for providing the SABIT Program Officers and COR with a detailed written report on the substance and results of the program including participant feedback, or a translation of the participants exit questionnaires, no later than three (3) week after the program end date. Submitting either a report or a translation is up to the COR's discretion. 3.7 Interpreter/Facilitator must make his/her contact information available to all delegation members. 4.0 DELIVERABLES Deliverables Destination Tourism Interpretation and Facilitation January 19 - February 8, 2014 Final report or translation of exit questionnaires March 1, 2014 Energy Efficiency Interpretation and Facilitation January 25 - February 15, 2014 Final report or translation of exit questionnaires March 8, 2014 5.0 PERFORMANCE REQUIRMENTS The Government will evaluate the Interpreter/Facilitator using a variety of measures. These will include: 5.1 SABIT Program Officer/COR first-hand evaluation of Interpreter/Facilitator carrying out duties as outlined in the Statement of Work. 5.2 Program Officer/COR will evaluate technical quality of interpretation, and their facilitation of program meetings and logistics. 5.3 Adherence to the program schedule given to the Interpreter/Facilitator. 5.4 Adherence to the schedule of deliverables for the particular program. 5.5 Adherence to the expectations of the SABIT Program as outlined by the Program Officer/COR and in SABIT Program materials. 5.6 Quality of the written final reports or translations, provided to the SABIT Program Officers/COR. 5.7 Quality of feedback given to SABIT Program Officers from different participating sources, including U.S. host organizations, other Department of Commerce staff, and program participants 6.0 GOVERNMENT-FURNISHED RESOURCES Portable simultaneous interpretation equipment (portable transmitters and receivers) 7.0 SECURITY REQUIREMENTS: N/A 8.0 TRAVEL The Government will provide transport, lodging, and per diem for meals and incidental expenses at the GSA-determined rate for each Interpreter/Facilitator. All travel shall be in accordance with Federal Travel Regulations FAR 31.205-46 Travel Costs. 9.0 PERIOD OF PERFORMANCE January 19 - March 8, 2014 10.0 PLACE OF PERFORMANCE Washington, DC and three to four other U.S. cities per program (programs are listed in paragraph 4 entitled Deliverables) ***INSTRUCTION TO OFFERORS Questions and Communications Questions concerning this solicitation must be submitted to jemal.williams@trade.gov, by December 13th, 2013 to allow a reply to reach all prospective offerors before the submission of their proposals. Any questions after the established due date may not be answered prior to the date that quotations are due. Each question should clearly specify the solicitation area to which it refers. Answers will be made available to the public as soon as practicable. ***EVALUATION CRITERIA***: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation results in the "Best Value" to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: The Technical Proposal Past Performance Price Multiple purchase orders may be awarded depending on the type of conference, dates and the location: I. Technical Proposal: Offerors will be evaluated based on their experience, education, and training shown on their proposals as it relates to the criteria listed below and their ability to implement the contract requirements. Offerors must state for which program(s) the proposal is being submitted. Offerors shall include a statement that they understand and have the ability to perform the contract requirements. Offerors shall include a resume and cover letter addressing the criteria listed below. The service provider shall have: a. Strong simultaneous Russian-English and English-Russian interpretation skills, including the ability to learn and interpret industry-specific terminology. b. Experience in facilitating travel and logistics for government foreign assistance programs that work with large delegations (more than 15 people) from the countries of the former Soviet Union. Two specific examples must be provided. c. Experience in facilitating/solving cultural and practical issues for government foreign assistance programs that work with delegations from the former Soviet Union. Two specific examples must be provided. d. The flexibility and mental agility to solve unexpected problems and difficulties that arise in the course of the nine programs, involving the SABIT Program Officer, if necessary. Two specific examples must be provided. e. Strong public speaking and communication skills. f. Knowledge of the culture, history, economics, and politics of the Eurasian region. g. Ability to adhere to deadlines and schedules for deliverables. h. Strong writing skills, including the ability to produce a well-written final report that evaluates the quality of the meetings, logistics, and other areas in a timely manner in accordance with the table of deliverables. II. Past Performance: The Offeror's Past Performance will be evaluated based upon the Offeror's demonstrated knowledge and experience related to projects which are similar to the proposed statement of work. Offerors shall submit at least three (3) Past Performance References for contracts of similar work performed. References shall include the following information: a.Date of work performed, brief description of assignment b.Dollar value of the contract c.Point of contact References must be able to confirm: d.Experience with simultaneous interpretation in English-Russian and Russian-English. e.The Interpreter/Facilitator's ability to conduct all program-related business in a professional manner; f.The Interpreter/Facilitator's ability to ensure all program meetings and events run smoothly and on-time; g.The Interpreter/Facilitator's ability to adhere to all deadlines, including those pertaining to deliverables as outlined in the Statement of Work, those as outlined in the program schedule, and any other deadlines outlined by a Program Officer in the course of a given program. h.The mental agility and flexibility to deal with unexpected events that may occur in the course of a program. III. Price proposal The Government anticipates two individuals shall be needed for each of the two (2) programs listed in the paragraph 4 deliverables section. The two (2) programs consist of one (1) twenty-two (22) day program and one (1) twenty-one (21) day program. The price proposal must include a firm fixed price daily rate for interpretation/facilitation services. This daily rate should allow for any administrative/overhead expenses incurred to successfully fulfill the duties outlined in the Statement of Work. Administrative/overhead expenses include phone, PDA, Internet access charges, and computer use. Interpreter/Facilitator travel, while working for SABIT, will be arranged and paid for by Department of Commerce. Additionally, a per diem will be provided as per paragraph 8 entitled Travel in the Statement of Work. The Interpreter/Facilitator will receive a Firm Fixed Priced flat-fee rate for satisfactory completion of the final report or translation of exit questionnaires for each program. Offerors price proposal must include the following: a.Basis of price (Daily rate for interpretation/facilitation services and administrative/overhead expenses). b.Basis of price for final report or translation of exit questionnaires for each program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-14-RQ-0025 /listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03249998-W 20131213/131212000031-c2af45056ac2195296cd589e469a6c62 (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.