SOLICITATION NOTICE
R -- SIGN LANGUAGE SERVICES - Package #1
- Notice Date
- 1/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, DIA Bolling AFB, Bolling AFB, Bldg. 6000, AE-2, Washington, District of Columbia, 20340-5100
- ZIP Code
- 20340-5100
- Solicitation Number
- HHM402-11-R-0048
- Archive Date
- 3/11/2011
- Point of Contact
- Michael L. Kelley, Phone: 2022311637, NEHEMIAH PRYOR, Phone: 2022312670
- E-Mail Address
-
Michael.Kelley@dia.mil, nehemiah.pryor@dia.mil
(Michael.Kelley@dia.mil, nehemiah.pryor@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sign Language Services This is a combined synopsis/solicitation for commercial items in accordance with the format in Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation; proposal are requested and a written solicitation will not be issued. Solicitation number HHM402-11-R-0048 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-.8. The NAICS clauses is 541930 Translation and Interpretation and the business size standard for this NAICS is $6.5 million. This procurement is a 100% total small business set aside. All prospective offerors must have a Commercial And Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representative and Certifications Applications (ORCA) at http://orca.bnp.org. The period of performance for this Firm-Fixed Price (FFP) Level of Effort (LOE) will be from the date of award for 12 months with four (4) options periods of 12 months each. This requirement is to provide Sign Language services for DIA's Deaf/Hard of Hearing employees and visitors. The Virginia Contracting Activity intends to award a FFP-LOE contract. The Government intends to award one contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Security, Technical Capability/Management Approach, Past Performance, and Cost/Price. The following FAR provisions and clauses are applicable to this solicitation and are incorporated by reference: 52.212-1 Instruction to Offerors-Commercial; 52.212-3 Offeror Rep and Cert-Comm Items; 52.212-4 Contract Terms and Conditions; 52.22-19 Child Labor; 52.222-19 Prohibition of Segregated facilities; 52.222-26 Equal Opportunity; 52.222-35 EO for Special Disabled Veterans; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Programs; 252.232-7003 Electronic Submission. All clauses and provisions my be found in full text at the following web site: http//farsite.hill.af.mil Proposal and questions are to be emailed to Michael Kelley at Michael.Kelley@dia.mil. Only emailed questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/Bolling/HHM402-11-R-0048/listing.html)
- Place of Performance
- Address: Bolling AFB, Bldg 6000, AE-2, Washington, District of Columbia, 20340-5100, United States
- Zip Code: 20340-5100
- Zip Code: 20340-5100
- Record
- SN02368893-W 20110130/110128234157-efdc93f011ae1718c9da8476ab8ee195 (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 |