Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
MODIFICATION

R -- Linguist Support Services - Solicitation 1

Notice Date
6/23/2015
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0242
 
Archive Date
6/4/2015
 
Point of Contact
Edith,
 
E-Mail Address
YoungEM@state.gov
(YoungEM@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RISK ANALYSIS INFORMATION DD 254 RESERVED TASK ORDER REQUIREMENT PAST PERFORMANCE COMMON REJECTION EQIP QACR LANGUAGE SKILL LEVELS PRICING TABLES SAQMMA15R0242 SOLICITATION The US Department of State (DOS); Office of Acquisition Management, on behalf of The Bureau of Near Eastern Affairs (NEA) and South Central Asia (SCA) is seeking qualified contractor to provide Linguist Support Services. Services maybe required both CONUS and OCONUS within the Near East and South Central Asia regions. The objective of this contract is to provide for professional interpreting, translation and related language services in support of the DOS and other designated United State Government (USG) agencies. Specific services to be provided via this contract include but are not limited to, interpreting, translating, monitoring, transcribing, and online engagement. This linguist contract initial Task Orders (TO) will support expertise for Arabic, Kurdish, Dari, Farsi and Pashto to include various dialects within the stated languages in Iraq. The Government anticipates the award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) type contract as described in FAR 16.504. The IDIQ and resulting task orders, may utilize one or more of the following contract types; Time and Material (T&M), Firm Fixed Price (FFP), and Cost Reimbursement (CR). The anticipated period of performance of the IDIQ is one base year with four one‐year options, which shall be exercised at the sole discretion of the Government. The North American Industry Classification Code for this requirement is 541930 Translation and Interpretation Services. It is anticipated that one Task Order will be awarded immediately in conjunction with the award of the IDIQ. Mission Iraq has an enduring requirement for linguist support services in order to perform current and future missions. Required services include, but not limited to interpreting, translating and transcription services. The initial TO will requires approximately 27 cleared‐American Linguist providing interpretation and translation services for Iraq. This is a 100% set aside for Service Disable Veterans Owned Small Businesses (SDVOSB). Vendors responding to this requirement must hold a Top Secret Facility Clearance at the time of submittal. Lack of proper facility clearances will remove the offeror from further consideration for award. Required security clearances for all positions are identified in the TO. Vendors are required to submit responses to the IDIQ and each individual TO at the time of the proposal response. This requirement is a competitive SDVOSB set‐aside. This will be a competitive best value/trade‐ off procurement conducted in accordance with the rules in the Federal Acquisition Regulation (FAR) part 15. The Government will award up three IDIQ contracts to the Offerors who are deemed responsible in accordance with FAR part 9 and whose proposal conforms to the solicitation requirements and determined to be the best value to the government. Questions and Answers (Q&A) period opens with the posting of the RFP and ends on the date identified in Section L. Vendors are encouraged to read this requirement in its entirety prior to the submittal of questions. All announcements and amendments made to this solicitation will be posted online, to receive updates, click on the "Register to Receive Notification". The Government will not accept any telephone calls; all inquiries shall be in writing. No paper copies will be mailed. Once the solicitation has been posted online (see www.fbo.gov), offerors will have approximately forty‐five (45) days to submit a proposal. A contract is expected to be awarded within 120 days of proposal submission. A site visit is not scheduled nor is one required in order to respond to this requirement. All dates are tentative and subject to change. Proposal responses to the RFP shall consist of a written submission as described in Section L of the RFP and will be evaluated in accordance with the instruction in Section M. All submissions shall be submitted to the address listed in the RFP. Offerors shall certify the validity of their proposal for 120 days. Date and time of submission of proposal will be specified in the RFP. Responses received after the specified date and time will not be considered. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-05-06 09:34:33">May 06, 2015 9:34 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-06-23 14:54:57">Jun 23, 2015 2:54 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0242/listing.html)
 
Place of Performance
Address: Iraq, Iraq
 
Record
SN03773152-W 20150625/150623235144-3f3ddb540beebccd2a7ea55f5a58ae95 (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.