Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

R -- Court Interpretation for EOIR and Other Language Services

Notice Date
12/5/2019 9:56:44 AM
 
Notice Type
Presolicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
15JPSS20R00000017
 
Response Due
12/19/2019 8:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
Pamela F Pilz, Phone: 2023071966, Fax: 2023071933
 
E-Mail Address
pamela.f.pilz@usdoj.gov
(pamela.f.pilz@usdoj.gov)
 
Description
The Department of Justice is developing an acquisition strategy to provide on-site and telephonic language interpreter services, written translations, Computer Aided Real-Time Transcription (CART) ), and transcription/translation of recordings services in support of the Executive Office for Immigration Review (EOIR). The purpose of this RFI is to determine the acquisition strategy regarding small business participation. The applicable North American Industry Classification System (NAICS) code is 541930, Translation and Interpretation Services, with a size standard of $7.5 million. This RFI is for planning and informational purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis or the Government’s use of such information. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this synopsis. The Government will not return submissions. No telephone calls or other communications about this announcement will be accepted or acknowledged. All responses must be submitted via e-mail in accordance with the instructions below. Finally, the Government does not intend to respond to submissions as the intent of this RFI is to develop the acquisition strategy relative to small business participation.EOIR administers and interprets Federal immigration laws and regulations through the conduct of immigration court proceedings, appellate reviews, and administrative hearings in individual cases. EOIR carries out these responsibilities through its three main components: (1) The Office of the Chief Immigration Judge (OCIJ), which oversees all the Immigration Courts and their proceedings; (2) The Board of Immigration Appeals (BIA), which hears appeals of decisions made in individual cases by Immigration Judges, Department of Homeland Security (DHS) District Directors, or other immigration officials; and, (3) The Office of the Chief Administrative Hearing Officer (OCAHO), which resolves cases concerning employer sanctions, document fraud, and immigration-related employment discrimination. EOIR currently has seventy-five (65) staff interpreter positions (primarily Spanish). EOIR will rely on contract interpreter services to augment the in-house staff and to provide interpreters for matters involving other languages. These services will be required for immigration court proceedings on an as needed basis throughout the fifty United States, the District of Columbia, and U.S. territories including, but not limited to, the Commonwealth of Puerto Rico, the Virgin Islands, and Guam. It is anticipated that a single contract for these services will be awarded with a period of performance of one (1) base year and four (4) option periods of one year each. A draft Statement of Work and related attachments have been included, solely to assist small business vendors in the preparation of their responses to this market survey. Responses to the announcement must provide detailed, yet concise information about the company’s qualifications and experience in providing language interpreter services within the past three (3) years, including to the Federal Government, if applicable. This information should include contract information, including the contract number, the dollar value, period of performance, current status, and current contract point-of-contact information, including the contact’s name, address, telephone number, and e-mail address. Interested small business parties shall provide statements of capability regarding non-personal, professional language interpreter services that pertain to the set of performance objectives described herein. Sources of innovative, cost-effective, and fully proven language interpreter services are sought, along with descriptions of how, where, and with what success these services have been implemented. The Government will pay particular attention to: 1) vendors’ demonstrated ability to manage a language interpreter services and Computer Aided Real-Time Transcription (CART) contracts in an efficient and effective manner, including the vendors’ management structure and processes, key personnel qualifications, and resources; 2) vendors’ demonstrated ability to direct, monitor, and control multiple language interpreter assignments for multiple courts under a single contract; 3) vendors’ demonstrated ability to deliver high quality language interpreter services (i.e., quality control) throughout the term of the contract; (4) vendors’ demonstrated ability to provide Spanish Language interpreters and Other Language interpreters; and 5) vendor’s demonstrated ability to staff the contract in such a way to ensure satisfactory performance, including vendor’s demonstrated ability to recruit and place highly qualified language interpreters required for immigration court proceedings on an as needed basis throughout the fifty United States, the District of Columbia, and U.S. territories including, but not limited to, the Commonwealth of Puerto Rico, the Virgin Islands, and Guam and to retain an adequate pool of said qualified personnel. In addition, the response, which shall not exceed twenty-five (25) typewritten pages, must denote whether the firm is small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business concerns All responses must be submitted electronically to pamela.f.pilz@usdoj.gov and must be received no later than December 19, 2019 at 11:00 am, Eastern Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cba2d2e19a914306baa0030099d6604a/view)
 
Record
SN05509935-F 20191207/191205230245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.