Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22, 2000 PSA #2753
SOLICITATIONS

R -- NAVSCIATTS INTERPRETER AND TRANSLATOR ADMINISTRATIVE SUPPORT SERVICES

Notice Date
December 20, 2000
Contracting Office
Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-01-T-0230
Response Due
December 26, 2000
Point of Contact
Pamela Thom (619) 532-2573
E-Mail Address
Click here to email Contract Specialist at FISC San (Pamela_L_Thom@sd.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed-price quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a sole source Request for Quotation (RFQ) in accordance with FAR 13.106-1(b). This solicitation is a 100% small business set-aside in accordance with FAR 19.502-2. The NAICS Code is 54193. The small business size standard is $5.0 million. CLIN 0001, Interpreter and Translator Services for Base Year in accordance with statement of work herein (Unit Price based on 2080 hours per year divided by 12 months), FFP per month times 12 Months. CLIN 0002, Travel and Miscellaneous Expenses for Base Year in accordance with the Statement of Work herein, 1 Not-to-Exceed Lot Price. CLIN 1001, Interpreter and Translator Services for Option Year 1 in accordance with statement of work herein (Unit Price based on 2080 hours per year divided by 12 months), FFP per month times 12 Months. CLIN 1002, Travel and Miscellaneous Expenses for Option Year 1 in accordance with the Statement of Work herein, 1 Not-to-Exceed Lot Price. CLIN 2001, Interpreter and Translator Services for Option Year 2 in accordance with statement of work herein (Unit Price based on 2080 hours per year divided by 12 months), FFP per month times 12 Months. CLIN 2002, Travel and Miscellaneous Expenses for Option Year 2 in accordance with the Statement of Work herein, 1 Not-to-Exceed Lot Price. CLIN 3001, Interpreter and Translator Services for Option Year 3 in accordance with statement of work herein (Unit Price based on 2088 hours per year divided by 12 months), FFP per month times 12 Months. CLIN 3002, Travel and Miscellaneous Expenses for Option Year 3 in accordance with the Statement of Work herein, 1 Not-to-Exceed Lot Price. CLIN 4001, Interpreter and Translator Services for Option Year 4 in accordance with statement of work herein (Unit Price based on 2080 hours per year divided by 12 months), FFP per month times 12 Months. CLIN 4002, Travel and Miscellaneous Expenses for Option Year 4 in accordance with the Statement of Work herein, 1 Not-to-Exceed Lot Price. STATEMENT OF WORK. 1.0 SCOPE. The Naval Small Craft Instruction and Technical Training School (NAVSCIATTS), located at the John C. Stennis Space Center in Mississippi, requires administrative and logistical assistance in training international military students of allied and friendly maritime forces. 2.0 APPLICABLE DOCUMENTS. None specifically identified herein. 3.0 REQUIREMENTS. 3.1 The Contractor will perform the duties and responsibilities of the International Military Student Officer (IMSO). The IMSO is responsible for: 3.1.1 Tracking International Military Students (IMSs) who attend courses at NAVSCIATTS; 3.1.2 Conducting coordination with Security Assistance Officers and Security Assistance Program personnel outside of NAVSCIATTS; 3.1.3 Ensuring IMSs are properly met and processed into the U.S. military facilities upon arrival to the United States; 3.1.4 Interfacing with IMSs during their attendance at NAVSCIATTS for professional or personal issues; 3.1.5 Ensuring the IMSs are processed for departure and depart the United States; 3.1.6 Completing all required documentation for the IMSs activities while attending courses at NAVSCIATTS. 3.2 The IMSO is referred to as "the Contractor" for the remainder of this Statement of Work. 3.3 The Contractor shall be: 3.3.1 Fluent in written and spoken English and Spanish; 3.3.2 A graduate of the Security Assistance Management Course -- Training Officer (SAM-TO); 3.3.3 Experienced in working with foreign students enrolled in Navy technical training courses, including the management of visas, foreign currency conversions and public relations; 3.3.4 Experienced in working with the IMETP, especially DoD student control systems such as Naval Integrated Training Resource and Administration System (NITRAS), Catalog of Naval Training (CANTRAC), and the U.S. Services Military Articles and Services Listing; and 3.3.5 Experienced in working with Military Advisors from foreign countries, especially cultural/regional specifics and social customs of Latin American and Caribbean Island countries. 3.4 The Contractor shall: 3.4.1 Maintain Student Training Records for up to 400 students per year. Records shall be maintained electronically, a copy of which shall be delivered to the Training Officer of NAVSCIATTS by the Contractor within one month of completion of each class. Student records shall include biographical, academic, disciplinary and any other information the Commanding Officer/Officer in Charge sees fit to record. 3.4.2 The Contractor shall provide assistance in implementing the International Military Education and Training Program (IMETP). The Contractor shall coordinate all assigned quotas with the Naval Education and Training Security Assistance Field Activity (NETSAFA). The Contractor shall process incoming students and complete registration requirements in accordance with prescribed instructions provided by NAVSCIATTS personnel. The Contractor shall coordinate all logistical and paperwork requirements of the U.S. Security Assistance Program, U.S. Navy, and NAVSCIATTS to facilitate the IMSs pre-arrival, arrival, attachment to NAVSCIATTS, and departure from the United States. The Contractor will prepare and submit all required official reports required by the U.S. Security Assistance Program related to student attendance at NAVSCIATTS; Logistics and reports required, include, but are not limited to: Airport Receptions, ID cards (DOD and Stennis Space Center Security), Payroll Requirements, Lodging (Berthing and Messing), and Travel Vouchers; 3.4.3 Maintain and deliver verbiage for Student Orientation Guides in English and Spanish. Spanish translation shall be of professional quality(NAVSCIATTS will produce the student guides using government equipment and printing facilities); 3.4.4 Provide Student Orientation Briefing (Spanish or English, as required) for approximately 400 students per year, at the beginning of each course session. Student Orientation Briefings shall be in Microsoft PowerPoint format. Briefings shall inform students of facilities and services available to them, regulations and instructions to which they much adhere, local custom and behavior which may vary significantly from their respective countries and any other information the Commanding Officer/Officer in Charge deems necessary. Spanish translation shall be of professional quality; 3.4.5 Produce verbiage in English and professional quality Spanish translations for graduation invitations and programs. NAVSCIATTS will produce the actual documents using government equipment and printing facilities; 3.4.6 Produce Certificates of Graduation or Attendance for approximately 400 students per year using NAVSCIATTS provided equipment and supplies. 3.5 The Contractor shall manage and have responsibility for the International Military Student Morale and Welfare System, including: Information on personal problem solving resolutions, Student rights, Student responsibilities, Student privileges, and Student sports activities. 3.5.1 The Contractor shall conduct multi-lingual presentations on the Student Morale and Welfare System for approximately 400 incoming students per year. The presentation shall be summarized in Microsoft PowerPoint and pre-approved by NAVSCIATTS' Commanding Officer/Officer in Charge. 3.5.2 The Contractor shall manage and have responsibility for executing DOD Informational Programs and Representational Activities in accordance with DOD guidance provided by NAVSCIATTS personnel. 3.6 The Contractor shall coordinate Student Orientation Briefings and Graduation Ceremonies in accordance with NAVSCIATTS instructions and Commanding Officer/Officer in Charge's perogative. 3.7 All work product developed as a result of this contract shall be the intellectual property of the Government and may not be used by the Contractor with any other company or Agency without the written permission of the Contracting Officer. 4.0 Government Furnished Property. The Government will provide all necessary information technology equipment and software to manage student information. The Government will be responsible for maintaining such equipment and software. The Government will also provide office space, office furniture, telephone, and facsimile machine. Finally, the Government will provide printing services for Graduation Invitations, Student Orientation Guides, and Command Brochures. 5.0 Place of Performance and Hours of Operation. The Contractor shall maintain a worksite at the NAVSCIATTS facilities located at the John C. Stennis Space Center and maintain on-site staff working hours 0730 -- 1700 local time, Monday through Friday except for authorized federal holidays or when on travel as authorized in paragraph 7.0 herein. Total hours obligated for each year of performance is 2080. Overtime is not authorized under this contract. Contractor's worksite or place of performance (except when on authorized travel) is: Naval Small Craft Instruction and Technical Training School (NAVSCIATTS), MISAAP Complex, Building 9312, Stennis Space Center, MS 39529-7099. 6.0 Period of Performance (PoP) 6.1 Base Year PoP. The contract performance period shall begin on 01 January 2001 and shall continue in effect for 12 months through 31 December 2001. 6.2 Option Year One PoP. Upon exercise of Option Year One, the period of performance of this contract shall extend from 01 January 2002 through 31 December 2002. 6.3 Option Year Two PoP. Upon exercise of Option Year Two, the period of performance of this contract shall extend from 01 January 2003 through 31 December 2003. 6.4 Option Year Three PoP. Upon exercise of Option Year Three, the period of performance of this contract shall extend from 01 January 2004 through 31 December 2004. 6.5 Option Year Four PoP. Upon exercise of Option Year Four, the period of performance of this contract shall extend from 01 January 2005 through 31 December 2005. 7.0 Travel will be required and costs for transportation, lodging, meals, and incidental expenses are authorized as described herein. 7.1 The Contractor shall travel to Pensacola FL and Gulfport MS as required to execute the duties described above. Travel will not require overnight stay. Travel to Pensacola is estimated to not exceed 8 trips per year (one way mileage is approximately 165 miles). Travel to Gulfport is estimated to not exceed 50 trips per year (one way mileage is approxmately 41 miles). The Contractor shall be responsible for all travel documents and travel arrangements necessary to attend four training program management reviews (TPMRs) and one IMSO workshop per year. The current schedule is as follows: 7.2.1 Base Year Travel. PACOM: 20 -- 30 Mar 2001, Bangkok, TH. SOUTHCOM: 23 -- 27 Apr 2001, Miami, FL. EUCOM: 07 -- 10 May 2001, Grainau, GE. CENTCOM: 21 -- 24 June 2001, Tampa, FL. IMSO WORKSHOP: 4 days in July 2001, Fredericksburg, VA. 7.2.2 Option Year One Travel to be determined upon exercise of option. 7.2.3 Option Year Two Travel to be determined upon exercise of option. 7.2.4 Option Year Three Travel to be determined upon exercise of option. 7.2.5 Option Year Four Travel to be determined upon exercise of option. 7.3 Costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations, prescribed by the General Services Administration, available on the World Wide Web at http://policyworks.gov/org/main/mt/homepage/mtt/perdiem/travel.shtml. 7.4 The maximum per diem rates referenced in subparagraph 7.3 will not constitute a reasonable daily charge -- 7.4.1 When no lodging costs are incurred; and/or 7.4.2 On partial travel days (e.g., day of departure and return). Appropriate downward adjustments from the maximum per diem rates are required under these circumstances. While these adjustments need not be calculated in accordance with the Federal Travel Regulation or Joint Travel Regulations, they must result in a reasonable charge. 7.5 Airfare costs in excess of the lowest customary standard, coach, or equivalent airfare offered during normal business hours are unallowable except when such accommodations require circuitous routing, require travel during unreasonable hours, excessively prolonged travel, result in increased cost that would offset transportation savings, or are not reasonably available to meet contract requirements. However, in order for airfare costs in excess of the above standard airfare to be allowable, the applicable condition(s) set forth above must be documented and justified in writing by the Contractor. 7.6 Taxicabs, Shuttle Services, or Rental Automobiles are authorized for travel to and from travel sites identified in paragraph 7.2. 7.7 Costs shall be allowable only if an itemized travel cost report with receipts for all transportation related expenses are attached to each Invoice that includes travel claim. The following clauses and provisions are incorporated in this solicitation: 52.212-4, 252.204-7000, 252.204-7003, 252.204-7004, 252.209-7001, 252.209-7003, 252.209-7004, 252.212-7001, 52.217-8, 52.217-9, 52.232-33, 52.237-2, 52.237-3, 52.245-1, 52.245-4, 52.252-2. Under FAR Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2000) Alternate I (Feb 2000), the following clauses apply: 52.222-3, 52.233-3, 52.203-6 Alt I, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. The following provisions are hereby incorporated in this solicitation: 52.212-1, 52.212-3, 252.212-7000, 52.219-6. The full text of all clauses and provisions may be accessed electronically on the world wide web at http://web2.deskbook.osd.mil/default.asp. The provision at FAR 521.212-2 does not apply to this solicitation, as this procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only Once Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Offeror is requested to submit quotation no later than 2:00 pm pacific standard time on 26 December 2000 to the attention of the Contract Specialist via email address Pamela_L_Thom@sd.fisc.navy.mil. CBD Note 1 applies.
Record
Loren Data Corp. 20001222/RSOL012.HTM (W-355 SN509413)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on December 20, 2000 by Loren Data Corp. -- info@ld.com