Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOURCES SOUGHT

W -- Simultaneous Interpretation Services and Equipment - DRAFT Statement of Work

Notice Date
1/25/2012
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
IO-C-20120206
 
Archive Date
2/22/2012
 
Point of Contact
Ms. Reid-Smith, , Reaver T. Clements, Phone: 7038755077
 
E-Mail Address
Reid-SmithSJ@state.gov, clementsrl@state.gov
(Reid-SmithSJ@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT Statement of Work (SOW) This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: 1) the availability and capability of qualified small business sources; 2) whether there are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and 3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for these services is 541930. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. The purpose of this Sources Sought notice is to conduct a market research of the current marketplace to determine the degree of interest and capabilities of U.S. Small Business in providing professional multichannel equipment and services for simultaneous interpretation equipment. The Department of State (DoS), Bureau of International Organization, Office of International Conferences has a requirement for a company with a SECRET clearance that can meet the compatibility requirement shown below. Simultaneous interpretation equipment and technicians with SECRET clearances will support the President of the United States and the Secretary of State for meetings and conference held on a 24/7 basis, domestically and overseas. The Department of State intends to solicit and award a Firm-Fixed Price, requirement type of contract for Department of State domestic and international use. Period of Performance: Base 12-months plus Four Option years (12-months each). All identified small businesses are encouraged to respond to this Sources Sought Notice. Contractors are reminded that" THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL." The purpose of this Sources Sought Notice is to gain knowledge of potential qualified small business sources capable of performing the described work. Responses to this Sources Sought Notice shall not constitute responses to solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Sources Sought Notice is not to be interpreted as a commitment by the Government; neither will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. The information received will be used to assist in formulating the acquisition. No proprietary, classified, confidential, or sensitive information should be included in your response. If your firm is interested in being a part of this market research, please provide the U. S. Department of State (DoS) a copy of your firm's corporate capability statement, which includes pertinent information as outlined in the DRAFT Statement of Work (attached) and the following background experience information of your firm: CRITICAL EQUIPMENT COMPATABILITY: NOTE: MOST DoS Simultaneous Interpretation equipment is DIS/Brahler; your capability statement must demonstrate that your equipment is compatible and can perform the following: a. Infrared (IR) transmitters must be able to interface with existing DoS permanently-installed and field infrared radiator panels to permit language transmission to DoS equipment? Respondent must be able to demonstrate plug-and-play ability to transmit 32 language channels using DoS owned IR radiators and receivers. b. Infrared (IR) Radiators must be compatible with DoS permanently installed and field equipment. Respondent must be able to demonstrate plug-and-play ability to transmit up to 32 language channels to DoS owned IR receivers. c. Interpreter Consoles must be compatible with DoS permanently installed and field equipment? Respondent must be able to demonstrate plug-and-play ability to interface with existing DoS interpreter control systems. d. Congress Microphones must power supplies be compatible with DoS permanently installed and field equipment? Respondent must be able to demonstrate plug-and-play ability to interface with existing DoS microphone power supplies. e. Congress Microphones must be compatible with DoS permanently installed and field equipment? Respondent must be able to demonstrate plug-and-play ability to interface with existing DoS congress microphones. f. Digital Systems Interface Unit must be compatible with existing DoS systems? Respondent must be able to demonstrate plug-and-play ability to interface with existing DoS digital system. g. Congress Management Software must be compatible with existing DoS systems? Respondent must be able to demonstrate ability to control existing DoS Congress systems. h. Video Assist must be able to interface with existing DoS permanently installed and field equipment to transmit high quality video signals to the interpreters? Video cameras must be able to demonstrate plug-and-play ability to video switchers to be able to use video assist transmission. AVAILABILITY: Your capability statement shall address the following areas: a. Demonstration of a DC area warehouse and technical staff able to respond to urgent requests for rental interpretation and video assist equipment and technical services within four (4) hours? b. Do you have a DC area facility providing on-site service and in-shop repair? c. Demonstration that you own equipment capable of transmitting 32 languages stored in their DC area facility and available for rental? d. Demonstration of experience of a successful record of providing interpretation and video assist equipment and technical support both in the United States and abroad for meeting at the highest level, including G-8 and G-20 Summits? e. Demonstration that your company has local DC area technical personnel capable of repairing the existing interpretation and video assist systems installed at DoS? f. Demonstration that you have local DC area technical personnel capable of on-site installation interpretation and video assist systems? g. Demonstration and experience of a world-wide network capable of providing interpretation and video assist equipment and technical support for interpretation associated with presidential travel? These requests are usually short notice and responses must be received within 12 hours or less. KEY PERSONNEL: Demonstrate the ability to provide knowledgeable staff to meet the objectives of this Sources Sought. Specifically, addressing that proposed staff have the experience in the technical environment and range of tools comprising this requirement to include number of years associated with using, selling, repairing, or working with this equipment. PAST PERFORMANCE: Past performance information should include at least two Government agencies and two Commercial Firms. CAPABILITY STATEMENT: Capability statements should include relevant past performance information of professional multichannel equipment and services for simultaneous interpretation equipment. The capability statement must include the following: 1) Relevant Experience to include experience in performing efforts of similar size, scope, and complexity within the last three years, including contract number, indication whether a prime or subcontractor, contract value, Government/ Agency point of contact and current telephone number; and a brief description of how the contract(s) referenced relate(s) to the technical services described herein including the equipment used to perform the work; and 2) Company Profile to include certification, number of employees, office location(s), DUNS number, CAGE code, and a statement regarding small business designation and status We request that interested and qualified businesses submit their capability statements within the limitation of 10 pages via electronic submissions to Ms. Reid-Smith via E-mail at Reid-SmithSJ@state.gov by 3:00 p.m. EST/on 7 February 2012. If you have any questions or comments, you may contact Ms. Reid-Smith via E-mail at Reid-SmithSJ@state.gov NO TELEPHONE CALL WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/IO-C-20120206/listing.html)
 
Place of Performance
Address: Primary Place of Performance: U. S. Department of State, 2201 C Street, NW, Washington, DC 20520 and annexes of the Department of State, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02661158-W 20120127/120125234906-73f2f6eafae619245ba9b3aa92958b3d (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 |
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.