Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SPECIAL NOTICE

R -- Russian Language and Logistics Services (RLLS)

Notice Date
6/25/2020 8:58:32 AM
 
Notice Type
Special Notice
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC020RLLS
 
Response Due
7/21/2020 2:30:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Ulcka K. Patel, Phone: 281-792-2159, Lawrence L. Miller, Phone: 281-483-3916
 
E-Mail Address
ulcka.k.patel@nasa.gov, lawrence.l.miller@nasa.gov
(ulcka.k.patel@nasa.gov, lawrence.l.miller@nasa.gov)
 
Description
Contracting Office Address NASA/Lyndon B. Johnson Space Center, Houston, 77058-3696, Mail Code: BG NASA/Johnson Space Center (JSC) (Agency) has a requirement for Russian language and logistics services to support the International Space Station (ISS) Program operations and on-orbit vehicle for the life of the ISS Program. Requirements include: Translation, interpretation, and language training for NASA and the ISS Program, including United States Crew Vehicle (USCV) as applicable with mixed-crewed missions, (primarily) the Russian and English languages and other International Partner/Participant (IP/P) languages as required, including real-time mission critical and expedited translations and interpretations; � Mixed-crew missions, in this context is defined as mission that include international crews. Normally a mission (e.g. operations on-orbit) the crew will consist of three to four US Operating Systems (USOS) crew and two or three Russian Segment (RS) crew. The USOS crew can be comprised of individuals from the US, Canada, Japan, and the European Union. � International logistics in support of ISS operations in Russia and Kazakhstan, including office management and administration for NASA office locations, management of Government housing in Russia, inventory management functions for NASA assets in Russia, international shipping logistics, cargo integration at the Baikonur Cosmodrome, Kazakhstan, ground transportation, and management of the NASA vehicle fleet in Russia; � International travel functions for ISS Program participants, including preparing, processing and completing all required physical and logistical access paperwork, �providing an �ISS International Visitor Access Specialist�, highly experienced in all aspects of ISS Program and NASA policies, requirements, procedures and tools, notifying travelers on current international travel related policies, regulations, processes, and resolving issues related to migration forms, lost or stolen passports, ISS Program contractor visas, and other travel requirements.� This contract is subject to the Iran, North Korea, and Syria Nonproliferation Act. The successful bidder shall establish working relationships with the IP and with other businesses/organizations in Russia that are crucial to smooth and efficient operations in Russia (customs, shipping, transportation entities, housing entities, etc.).� Additionally, the successful bidder shall have an in-depth, comprehensive understanding of the inherent safety challenges with performing language and logistics services in Russia and Kazakhstan.� The successful bidder shall obtain and maintain �Foreign Company Accreditation� required by Russian Federation law to do business in the country and meet all requirements for U.S.� Department of State approvals and clearance. �The interpreters, translators and language trainers shall have a high-level of skill and in-depth understanding on all aspects of the ISS Program, including cultural and programmatic sensitivities, required to assist key ISS Program and NASA personnel in communications with Russian organizations and personnel.� Interpreters working in the Mission Control Centers (Houston and Moscow) will be required to pass stringent certification requirements. Additionally, successful bidder personnel shall be proficient in the ISS Program acronyms, specialized technical language and terms, and ISS Lexicon and ISS Operations Nomenclature required to provide consistent use of terminology in all language products.� This synopsis is for information and planning purposes only. There is no solicitation at this time as this request for capability information does not constitute a request for proposals. Your submission of any information in response to this market survey is purely voluntary and the government assumes no financial responsibility for any costs incurred. Respondents will not be notified of the results of this evaluation. Submissions must be provided in writing to the identified Point of Contact not later than 4:30pm Central Daylight Time (CDT) on July 21, 2020.� Responses cannot exceed three (3) pages. Any pages exceeding this threshold will be discarded and will not be evaluated. Oral communications are not acceptable in response to this notice.� All respondents may submit a capabilities statement that shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. For purposes of determining small business goals for this procurement, entities from the various small business categories that may be interested in subcontracting opportunities may submit their information via email to the identified Point of Contact no later than 4:30 pm CDT on July 21, 2020. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). �Questions should be directed to ulcka.k.patel@nasa.gov. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in beta.sam.gov. � It is the potential responder's responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d54a0eb175342a19b4c5c824d9370c7/view)
 
Record
SN05702463-F 20200627/200625230146 (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.