SOLICITATION NOTICE
R -- US Army South Conference of American Armies, san Antonio, Texas - Simultaneous Translation Services and Equipment.
- Notice Date
- 1/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
- ZIP Code
- 78234-7517
- Solicitation Number
- W912CL-06-Q-TICA
- Response Due
- 1/19/2006
- Archive Date
- 3/20/2006
- Small Business Set-Aside
- N/A
- Description
- Army Contracting Agency, The Americas intends on procuring services for interpretation and translation services during 15 March 2006 4 May 2006 in San Antonio, Texas for Conference of American Armies. This requirement is unrestricted. Requirement includes Statements of Work for interpretation and translation, related equipment. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be register ed in the Central Contractor Registration (CCR). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quotation number W912Cl-06-Q-TICA applies. Information required from interpretation and translation services vendors for evaluation: (1). Offeror will submit completed Representations and Certifications FAR 52.212-3 and DFAR 252.212-7000. For copies of these provisions email anthony.elmore@samh ouston.army.mil or phone 210-295-5903; and (2) Provide pricing for all items in statement of work including equipment, overtime, setup. Identify any item that is No Cost or Complimentary. The provisions at FAR 52.212-1, Instructions to Offeror Commercial; FAR 52.212-3 and DFAR clause 252.212-7000 apply to this requirement. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions/Commercial Item s; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items and DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisit ion of Commercial Items. The appropriate clauses will be selected, including FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.222-41 Service Contract Act of 1965 as Amended. The Government plans to make one o r two awards from this solicitation. Proposals shall be emailed to anthony.elmore@samhouston.army.mil no later than 4:00 p.m. CST, 19 January 2006. Facsimile proposals will be accepted via fax (210) 295-6834. Evaluation: Selection will be based on best value to the government based on price and other non cost factors. Non cost factors include: (1) Past Performance. Non-cost factors are considered slightly more important than price. In the event numerous off ers are received in response to this solicitation, the government reserves the right to down select to a manageable number (3 or 4) based on initial screening of the quotes received. Wage Determination No. 94-2522, Revision No. 27, dated 07/16/2004, for Bexar County is applicable. STATEMENT OF WORK TRANSLATION / INTERPRETATION 1. OVERALL REQUIREMENTS: This Statement of Work (SOW) details the requirements for translation and interpretation services and equipment needed by the U.S. Army South (USARSO) for the Peacekeeping Operations (PKO) Procedures Conference of the Conference of American Armies (CAA), 1-4 May 2006. 2. SCHEDULE: The Contractor will provide the following services as described unless directed otherwise by the Contracting Officer or Contracting Officers Representative (COR): 2.1 Pre-Conference Period, 15 March 30 April 06. 2.1.1 Contractor must be capable of accepting documents for translation via E-Mail or FAX prior to conference dates. 2.1.2 Turn around should be within 72 hours. 2.1.3 During this period, translations will be paid at the agreed by-page rate. 2.2 PKO Procedures Conference, 1-4 May 06. 2.2.1 The Contractor shall provide two (2) document translators from 1-4 May 06. Additionally must be capable of performing simultaneous and sequential interpretation from English to Spanish and Portuguese and vice-versa. The estimated work time varies from day to day in accordance with table at paragraph 2.2.5 below. 2.2 .2 The Contractor shall provide four (4) simultaneous and sequential interpreters 1-4 May 2006. Interpreters must be capable of performing translation and interpretation from English to Spanish and Portuguese and vice-versa. Interpreters must additional ly be capable of translating documents from English to Spanish and Portuguese and vice-versa when required. 2.2.3 Contractor shall provide delivery and set-up of a two person soundproof / interpretation booth at a TBD Hotel in San Antonio, Texas, (set-up will occur on 1 May 06). The required operation times are 8:30 a.m. 2 May 06 through 9:00 p.m. 4 May 06. Interpretation will be required during VIP meetings and social events during 1-4 May 06 in accordance with table at paragraph 2.2.5 below. 2.2.4 The Contractor shall provide 45 receivers and all required equipment and set-up for the operation of this equipment (to be used in tandem with the simultaneous interpreters). The equipment is required from 7:00 p.m. on 1 May 06 through 9:00 p.m. on 4 May 06. Contractor shall have critical backup equipment on-hand for immediate replacement of essential equipment. 2.2.5 Estimated work hours from 1-4 May 2006. Interpreter / Translator Work Hours from 1-4 May 2006 Sunday Monday Tuesday Wednesday Thursday Friday Total 30 Apr 1 May 2 May 3 May 4 May 5 May Interpreter: 0 hrs 0 hrs Morning 4 x 4hrs 4 x 4hrs 4 x 4hrs 0 48 2 x 4hrs 4 Afternoon 8 x 4hrs 4 x 4hrs 4 x 4hrs 0 64 2 x 2hrs 4 Evening 2 x 1hrs 2 x 1hrs 0 4 Total hours 2 48 40 34 0 124 Translator: Daytime 2 x 8hrs 2 x 8hrs 2 x 8hrs 0 48 Evening 2 x 3hrs 2 x 3hrs 2 x 3hrs 0 18 Total hours 0 0 22 22 22 0 66 Technician 0 1 day 1 day 1 day 1 day 0 4 Total days 0 1 1 1 1 0 4 Note: Daytime = 8:30 a.m. through 5:30 p.m. Evening = Starts at approximately 7:00 p.m. Monday,1 May 7:00-8:00 p.m. - 1 Interpreter English-Spanish-English 1 Interpreter English-Portuguese-English Tuesday, 2 May 8:30-12:30 a.m. 2 Interpreters English-Spanish-English 2 Interpreters EnglishPortugueseEnglish 1:30-5:30 p.m. 2 Interpreters EnglishPortugueseEnglish 6 Interpreters EnglishSpanish-English Wednesday, 3 May 8:30-10:30 a.m. 2 Interpreters English-Spanish-English 2 Interpreters English-Portuguese-English 10:30-12:30 a.m. - 4 Interpreters English-Spanish-English 2 Interpreters English-Portuguese-English 1:30-3:30 p.m. - 4 Interpreters English-Spanish-English 2 Interpreters English-Portuguese-English 3:30-5:30 p.m. - 2 Interpreters English-Spanish-English 2 Interpreters English-Portuguese-English Thursday, 4 May 8:30a.m.-5:30 p.m. - 2 Interpreters English-Spanish-English 2 Interpreters English PortugueseEnglish 7:00p.m.-8:00 p.m. 1 Interpreter English-Spanish-English 1 Interpreter English-Portuguese-English 3. GENERAL REQUIREMENTS: 3.1 The Contractor shall provide simultaneous interpreters and document translators to cover the events as described in the conference agenda (to be furnished by the Contracting Officers Representative). Interpreters must be knowledgeable and fluent in their area of specialization to include government, military, police, and computer terminology as it relates to the main focus of the conference. Both interpreters and translators must be trained and proficient in the use of Microsoft Word, Windows 2000, and Power Point presentations. The conference will be conducted in English and Spanish and will require simultaneous interpretation for English, Spanish, and Portuguese. Interpreters must be capable of providing interpreting support from English to Span ish and Portuguese and from Spanish to English and Portuguese. If required, interpreters shall also be able to translate documents from English to Spanish and Portuguese and vice-versa. 3.2 The Contractor shall start translating presentations as soon as they become available. The Contractor shall be able to translate and return to the Government via Internet or Fax, with a turn around time of no more than 72 hours any documents that ar e provided prior to the conference dates. 3.3 The conference will take place at a TBD Hotel, in San Antonio, Texas. A one (1) hour break for lunch will be allocated for translators. The Government reserves the right to split the workday if the split is a minimum of two hours, not counting the l unch hour. Additional hours, in excess of eight (8), will be considered overtime for invoice purposes and must be authorized in writing by the Contracting Officer. Contractor shall allow the Government to vary the individual start and finish times of tea ms by up to four hours without penalty and as part of the workday. 3.4 Contractor shall install and conduct a test of all equipment before each session. 3.5 The contractor shall remove all equipment no earlier than the requested times listed in each category. 3.6 The contractor shall install all equipment according to the guidance provided by the COR prior to the start of the set-up. 4. CONTRACTOR RESPONSIBILITIES: 4.1 The Contractor will make sure that all translators and interpreters are at the hotel on time every day, dressed in business attire. Contractor shall be responsible for their lodging, transportation, and meals. Time in transit does not count as part of the workday. 4.2 The Contractor or designated representative shall consult daily with the Contracting Officers Representative to assess quality of work, accrued overtime charges, and any scheduled changes. 4.3 The contractor shall ensure that equipment and services are in proper working order throughout the rental period. All scheduled maintenance shall be performed prior to the start of this contract. Any unscheduled maintenance or breakdowns shall be c orrected within two hours or the equipment will be substituted immediately. 5. CANCELLATIONS/ADDITIONS: The government may change the numbers and type of equipment required with a 24-hour notice without penalty. The government will only pay for actual services received. 6. CONTRACTING OFFICERS REPRESENTATIVE (COR): The Government will provide a representative (COR) to assist in oversight of the contract. Concerns and issues with the contract shall be directed to the COR or Contracting Officer only. The COR may not ma ke any changes to the terms, conditions, standards, or cost of the contract. 7. CHANGES TO CONTRACT: The only person authorized to make changes to the contract is the Contracting Officer. Failure to submit requested changes to the Contracting Officer for prior ap proval will result in the Contractor not receiving compensation for costs incurred. Required Pricing Information Simultaneous Translation Services Interpretation Services Equipment Technician Simultaneous Translation Equipment Overtime Document Translation Submit Certification & Representations or filled out on line (ORCA).
- Place of Performance
- Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
- Zip Code: 78234-7517
- Country: US
- Zip Code: 78234-7517
- Record
- SN00963419-W 20060111/060109212015 (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 |