SOURCES SOUGHT
R -- Linguist/Analyst Support Services - Draft PWS
- Notice Date
- 11/6/2015
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of the Air Force, 25th Air Force, 25th AF/PK, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA7037-16-R-0001
- Point of Contact
- Carissa Lechner, Phone: 2109775457, Teresa Gonzalez, Phone: 2109776095
- E-Mail Address
-
carissa.lechner@us.af.mil, teresa.gonzalez@us.af.mil
(carissa.lechner@us.af.mil, teresa.gonzalez@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Linguist/Analyst Support Services Draft PWS The 25 AF/NICC is seeking possible sources to provide Linguists and Analysts services (under North American Industry Classification System (NAICS) code 541930/$7.5M) in support of the United States (U.S.) Forces Operations. Subject Sources Sought is for market research purposes only and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. No entitlements to payment of direct or indirect charges will arise as a result of contractor submissions. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFPs. If you are not an 8(a) Company please do not respond. The Government anticipates an 8(a) competitive set-aside under the Small Business 8(a) program. Businesses are advised that FAR clause 52.219-14 -Limitations on Subcontracting will apply wherein by submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required. The Linguist and Analyst primary function shall be to furnish extensive linguistic and analytical services. The historical number of Full Time Equivalents (FTEs) required for this support has been approximately 160. The Linguist/Analyst will support a broad range of locations and languages. All phases of collecting, interpreting, translating and performing analysis of mission data. Linguist/Analyst shall serve as language mentors and trainers. They shall furnish the necessary management, technology, and personnel required to provide the requested Linguist/Analyst support as specified in the Performance Work Statement (PWS). The contractor shall provide Global and Cryptologic language mission training to military forces in all the skills of linguist professional skills; develop new Global and Cryptologic training materials and curriculum where none exist. The acquisition will require contractor personnel to have a final U.S. Government issued TOP SECRET security clearance and be DCID 6/4 eligible with a current Single Scope Background Investigation (SSBI). Contractor personnel shall pass a Counter Intelligence (CI) polygraph. In few cases, Linguist/Analyst may only require a SECRET National Agency Check (NAC) clearance; or TS/SCI and no CI polygraph. The Contractor is also required to maintain a TOP SECRET Facility clearance. The contractor shall complete required National Cryptologic School training. The Government will determine which courses are required. Requested Responses Part I. Instructions: A description of the requirement and capability questionnaire for the 25 AF/NICC Linguist and Analyst requirement is provided, which allows you to substantiate your company's capability. For accuracy and continuity, a response to this sources sought will be considered a stand alone document. Any Prime Contractor candidate shall be able to provide a plan to cover ALL Linguist/Analyst Task requirements (see draft PWS). Note that a key factor in determining an acquisition to be an 8(a) set-aside is that two or more 8(a) prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219- 14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding joint venture teaming arrangements, etc. 1. Only 8(a) small businesses are encouraged to participate in this Market Research. Teaming arrangements or joint ventures are acceptable. See 13 CFR 121.103(h) for specific rules pertaining to joint ventures. 2. Provide documentation that supports your company's capability or a plan to meet ALL of the PWS requirements. Failure to provide adequate documentation may prevent the government from being able to adequately assess your capabilities. If you lack sufficient experience in a particular area, submissions are still encouraged. Request you provide details in how your company would overcome the lack of experience/capabilities prior to a contract award in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Specifically identify if your business is interested in priming (either as a stand alone prime or as a part of a joint venture) or in subcontracting opportunities. Identify, to the best of your current knowledge any planned joint venture teammates and/or subcontractors. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The anticipated period of performance will be for a one year base period and four (4) one year options. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required. The Linguist and Analyst primary function shall be to furnish extensive linguistic and analytical services. Part II. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: North American Industry Classification System (NAICS) Code: 541930 All interested contractors must be registered in the SAM database (https://www.sam.gov/portal/public/SAM/) to be considered as potential sources. Part III. Program Questionnaire: 1. Describe how your assigned personnel's technical skills, knowledge, experience and demonstrateable proficiency will meet the identifiable tasks in the PWS paragraphs 5.4 through 5.5, including subparagraphs. 2. Describe your understanding of the roles of the assigned personnel within the DoD Intelligence Community (IC), and its mission of providing near to real time intelligence to supported units. 3. Describe your knowledge and experience in processing Signals Intelligence (SIGINT), translations services from the Specified Contract Required Language (SCRL) into English or from English into the SCRL, producing written documents such as transcripts and reports, conducting global and cryptologic language training, development of global and cryptologic language training materials, integrating current and developed training into a technology enhanced environment, tracking student training, knowledge and implementation of training requirements as related to Distributed Common Ground System (DCGS), Direct Support Operator (DSO), COMPASS CALL, Airborne linguists (1A8) and ground linguists (1N3). 4. Describe how you plan to recover/deal with unanticipated problems such as short notice language changes and personnel turnover. 5. Describe your management approach for managing personnel resources across multiple projects at various geographical locations. Include your plan for tracking project progress from initial tasking through completion. 6. Describe your management approach for simultaneously managing multiple task orders at various geographical locations. 7. Describe your process for introducing new personnel to the project, to include training plans and ramp-up time lines. Also include how you will ensure that the required training (i.e., DoD 8570, Air Force Information Assurance (IA)/ Force Protection) will be accomplished and managed. 8. Describe your management approach for providing timely, accurate and responsive customer service. This plan should include the potential capability for 24/7 support. 9. Identify and describe your management approach for ensuring all employees can satisfy the Contract Security Specification established in DD Form 254 at time of award and maintain the appropriate security clearances to conduct operations. Part IV. Communication: If your company is interested, e-mail your responses to Teresa Gonzalez, teresa.gonzalez@us.af.mil and Carissa Lechner, carissa.lechner@us.af.mil. Responses should be received no later than 7 Dec 2015. Direct and succinct responses are preferred. Marketing materials such as company pamphlets and brochures are considered an insufficient response. All responses must be UNCLASSIFIED, no classified material will be accepted or considered with this Sources Sought Synopsis. The responses should be one copy, single spaced, 12pt font, and limited to no more than 10 pages. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. To the maximum extent possible, please submit non-proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad546d125fc44b3c0ea2981b2df73388)
- Place of Performance
- Address: Various locations, United States
- Record
- SN03940954-W 20151108/151106234423-ad546d125fc44b3c0ea2981b2df73388 (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 |