Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

R -- Simultaneous Interpretation Services 01-16 - Performance Work Statement

Notice Date
2/11/2016
 
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
HQ0013-16-Q-0019
 
Point of Contact
LaVivian Peasant, Phone: 703-601-0488, Woodrow W. Bell, Phone: 7036021464
 
E-Mail Address
lavivian.r.peasant.civ@mail.mil, woodrow.bell@dsca.mil
(lavivian.r.peasant.civ@mail.mil, woodrow.bell@dsca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Simultaneous Interpretation Services Executive Seminar 01-16 (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, HQ001316Q0019, 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 2005-80, Effective 01 January 2016. 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 requires expert lanugage interpretation equipment, on site support and translation service into and from the following lanuages: Arabic, French and Russian. The contractor will also provide an experienced project manager based on paragragh 5. The Simultaneous Interpretation Service Executive Seminar 01-16 is from 7 March through 18 March 2016. 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 $7.5 million. (v) Delivery of service is to be performed in Arlington Virginia area and Fort McNair located at the National Defense University, 300 5th Ave SW, Lincoln Hall, Washington, DC, 20319 (vi)This requirement is to provide translation services as specified in the Performance Work Statement (PWS). DSCA intends to purchase the services under the following Contract Line Items (CLINs): CLIN SERVICE QUANTITY UNIT UNIT PRICE TOTAL Please See Performance Work Statement for Schedule of Service Breakout (vii) Clauses and Provisions. The provision at FAR 52.252-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Provision at FAR 52.252-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows. A single award will be made to the responsible Offeror whose proposal conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) proposal, as determined by the evaluation criteria herein with due consideration to the order of importance. Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Proposals will be evaluated on an "acceptable" or "unacceptable" basis. Proposals will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor/sub-factor. The Evaluation Factors are 1) Technical Capability, 2) Past Performance and 3) Price Technical Capability: 1) Interpreters must have acceptable certification. Certification shall be as a court interpreter, through the Department of State Interpreters Examination or accreditation as an interpreter from a school of languages and linguistics; 2) Bachelor Degree; 3) Minimum of 3 years professional/formal interpreting experience with international conferences and seminars; 4) Minimum of 3 years' experience with DOD terminology. Defense related terminology required during briefings simulation 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; 5) Provide resume and copy of certification of each interpreter; 6) Available interpretation equipment. Past Performance: The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) 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 proposed price to address the requirements. (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. 52.222-3, 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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g)) 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.) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.246-4, Inspection of Services - Fixed Price 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7003, Control of Government Personnel Work Product 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 (ix)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. (x)Submission Requirements: Offerors quote shall demonstrate ability to support the services identified in the attached Statement of Work and Schedule. Submission must include evidence of experience, copies of certification and resumes. Provide availability of all equipment which must be compatible to the Williams Sound iC-2 System. Offerors shall provide past performance information (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of interpreters performance and service during the past year. The past performance information shall also include at least one reference from an event for which they provided services similar in scope to that of this upcoming NESA seminar. The Offeror shall include the name, e-mail and phone number for all references. Offerors shall provide the overtime rate with their submission. 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. Offers shall be submitted by 17 February 2016, no later than 12:00 pm EST. Offerors shall provide a quote using the pricing schedule provided in the performance work statement of this combined synopsis/solicitation. Offers shall be submitted via email to lavivian.r.peasant.civ@mail.mil and woodrow.w.bell.civ@mail.mil with the subject line "HQ001316Q0019. Simultaneous Interpretation Service Executive Seminar 01-16." Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-16-Q-0019/listing.html)
 
Place of Performance
Address: National Defense University (NESA), 300 5th Ave SW, Lincoln Hall, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN04018125-W 20160213/160211234653-9cea63ffada827fcdba7dcf3cac46daa (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  © 1994-2020, Loren Data Corp.