SOLICITATION NOTICE
U -- Spanish Translation Services - Translation Price List Template
- Notice Date
- 11/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTA36267AW00_Spanish_Translation
- Archive Date
- 12/15/2016
- Point of Contact
- Bobby W. Ballow, Phone: 334-953-3350, Kimberly A. Knott, Phone: 334-953-8552
- E-Mail Address
-
bobby.ballow@us.af.mil, kimberly.knott.1@us.af.mil
(bobby.ballow@us.af.mil, kimberly.knott.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Price list template for vendors to submit with response. I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement for a Blanket Purchase Agreements (BPA) to purchase translation services as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-89 (01 Nov 2016) and the DPN 20161104 effective 04 Nov 2016. A Blanket Purchase Agreement (BPA) will be made in accordance with the following: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 541930 with a small business size standard of $7,500,000.00. Any questions must be received by 23 Nov 2016, 12:00 p.m. CST. Period of Performance: Date of award for a period of 5 total years. LOCATION: Performance will be at the contractor's location. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. II. DESCRIPTION: The Air Force Research Institute at Maxwell AFB, AL has a requirement to purchase the translation services listed below. This procurement will be awarded as a BPA to at least 3 capable vendors. The Government is obligated only to the extent of authorized purchases made under the BPA. The dollar limit for each call shall be $150,000.00 for contracting officers and. For contracting officer representatives, the dollar limit for each call shall be $2,500.00. III. SCHEDULE OF SERVICES: CLIN 0001: Quality review articles, book reviews and other documents, and translate from English to Spanish in accordance with (IAW) the Performance Work Statement (PWS). Unit Price per word: tiny_mce_marker_________________ CLIN 0002: Quality review articles, book reviews and other documents, and translate from Spanish to English IAW the PWS. Unit Price per word: tiny_mce_marker_________________ *All work is to be performed in accordance with (IAW) the attached Performance Work Statement (PWS). IV. QUOTE PREPARATION AND EVALUATION: SECTION I - PRICE LIST/QUOTE (a) Complete Section III - Schedule Of Supplies/Services above. In doing so, the offeror accedes to the BPA terms and conditions as written in the solicitation, including the Performance Work Statement (PWS). Pricing shall be firm-fixed price per word. The price list/quote must be valid for a period of one year and updated annually for the entire ordering period of the BPA SECTION II - TECHNICAL CAPABILITY 1. Spanish Language Translator Required Qualifications: a. Qualifications: Translator must be a Spanish native speaker with a superior knowledge of the Spanish language, grammar, spelling and syntax and able to translate material from English to Spanish and Spanish to English. b. Experience: The services requested are highly specialized requiring experienced translators with familiarity of military jargon and terminology. Prior US Air Force military service is desirable, but not required. c. Educational level: A Spanish major college degree or equivalent level of professional language knowledge and expertise. d. Certification: Must be a certified Spanish translator by the American Translators Association (ATA). 2. Translate and submit the following paragraph for verification of knowledge and accuracy: In 2012 Air Force ISR finds itself at a culminating point-a place where the demand, disposition, and development of current capabilities, arrayed against future requirements, force some critical decision making. After a decade of war, the service is well postured to operate in permissive environments, deploying sufficient airborne ISR with up to 65 combat air patrols (CAP) and enough processing, exploitation, and PED capacity to meet war-fighter and national-level needs. However, in the absence of objectively determined joint requirements, continuing demands for additional CAPs are unsustainable. Additionally, a variety of the Department of Defense's (DOD) independent ISR projects driven by joint urgent operational needs to satisfy a considered shortfall for today's fight calls for review. In recognition of the changing security environment and the need to understand and present the Air Force's ISR enterprise as a holistic set of capabilities-not a narrowly prescribed set of remotely piloted aircraft system CAPs-in June 2011 the secretary of the Air Force (SECAF) authorized a comprehensive review of that enterprise. SECTION III -- EVALUATION OF OFFER - A Subject Matter Expert will assess the translation paragraph for accuracy. Those vendors determined to be technically acceptable will be listed, high to low, according to price. At least 3 BPAs will be issued to the 3 lowest technically acceptable vendors. V. SUBMISSION OF QUOTE: 1. Price lists/quotes must be received by 30 Nov 2016, 12:00 p.m. CST. E-mail price lists/quotes are acceptable. Please respond to this RFQ by emailing response to: A1C Bobby Ballow at e-Mail: bobby.ballow@us.af.mil AND Kimberly Knott at kimberly.knott.1@us.af.mil. Late price lists/quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." 2. If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certifications will render a quote as non-responsive and it will not be considered. 3. Interested parties capable of providing the requirement must submit a written price list/quote to include discount terms, tax identification number, cage code, and DUNS. 4. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. VI. CONTRACT TERMS AND CONDITIONS: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. REFERENCE: 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-1, Instructions to offerors - Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications Full Text: 52.209-7, Information Regarding Responsibility Matters (Jul 2013) 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items 252.204-7006, Billing Instructions 252.232-7006, Wide Area Work Flow Payment Instructions 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/ DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) PROVIDE THE FOLLOWING: Company Name: Company Address, Phone, Fax, Email and Point of Contact: Cage Code: Type of Business: Tax Identification Number: Attachment 1 - PWS Air Force Research Institute (AFRI) Translation Services Performance-based Work Statement (PWS) 1. DESCRIPTION OF SERVICES. 1.1. Background: The Air Force Research Institute (AFRI) generates, manages, publishes and distributes the Air and Space Power Journal (ASPJ) in six languages (English, Arabic, Chinese, French, Portuguese, and Spanish) that are uniquely tailored for constituent readers and regional air forces. The five foreign language journals (Arabic, Africa and Francophonie [French], Chinese, Portuguese, and Spanish) regularly require translation of English language text into the appropriate (target) language for their constituents. AFRI has traditionally used independent translators, but desires to convert to a translation contract to ensure cost effectiveness, timeliness, quality and compliance with regulatory guidance. 1.2. Scope of Work: The contractor shall, except as specified in this Performance-based Work Statement (PWS) as government furnished property or services provide all personnel, supervision, and any items and services necessary to perform translation services for AFRI as defined in this PWS. The contractor shall perform the requirements in this PWS, conform to the professional standards identified in this contract, and shall follow all applicable instructions and directives as identified in this PWS. Contractor tasks include the following: translating articles, book reviews, and other documents as required; quality checking translated documents, providing translated documents in specified electronic formats, and development of a style guide to aid with future translations. The contractor shall submit reports and documentation as identified throughout this PWS. Requests for such reports and documentation and responses shall be coordinated through the government point of contact (POC). 1.3 Program Overview: AFRI requires translation services capable of translating documents, which are both scholarly and technical in nature. Quality and timeliness of effort are the critical factors for this contract. Effort will be year-round with multiple spikes as each quarterly journal approaches deadline. Nominally 70% of the translations will be from English to one or more of the other target languages. Each of the five journals will submit 6-8 articles quarterly (Chinese 8-10) for translation. On average, articles run approximately 6,000 words in length in English. Additionally, one to three book reviews may be submitted by up to four journals quarterly. Book reviews generally run about 1,000 words in English. The annual effort should be no less than approximately 840,000 words [5 (journals) X 7 (articles) X 6,000 (words/article) X 4 (quarters)]. An additionally 48,000 words for book reviews may be submitted. 1.3.1 Target languages required (by dialect if applicable): a. English b. Arabic (Modern Standard Arabic or MSA) c. French d. Spanish e. Portuguese (Brazilian) f. Chinese (Simplified) 1.4. Translation Requirements and Specific Tasks. 1.4.1. Translator qualifications: a. Qualifications: Translator must be a Chinese native speaker with a superior knowledge of the Chinese language, grammar, spelling and syntax and able to translate material from English to Chinese and Chinese to English. b. Experience: The services requested are highly specialized requiring experienced translators with familiarity of military jargon and terminology. c. Educational level: A Chinese major college degree or equivalent level of professional language knowledge and expertise. d. Certification: Must be a certified Chinese translator by the American Translators Association (ATA). Certification may be waived, on a case-by-case basis, for translators who have previously completed satisfactory work with AFRI. 1.4.2. Translation delivery timelines: 1.4.2.1. Initial translations shall be delivered within 7 business days after receipt of document(s) for translation. Allowing for the extremely difficult technical language and extended length of some submissions, a request for extension of due date to 15 business days, after receipt of document(s) for translation, may be accepted for no more than 20% of requested translations. 1.4.2.2. Translations returned by government for correction/rework shall be delivered no later than 5 business days after receipt. 1.4.3. Translation Quality: Translation submissions must follow the language register of the document submitted for translation. ASPJ in all versions is a scholarly journal; translated articles must be written in styles and grammar appropriate to current journals' standards. ASPJ editors will reject articles, regardless of error rate, if the company submits an article to AFRI which does not meet the language register quality requirement. 1.4.3.1. There must be fewer than three material errors in each completed work. Material errors include grammar, transposition of facts, and loss of meaning or coherency in translation. 1.4.3.2. Translations shall be accurate, clear and sensitive to the cultural, political and social environment of the target audience. 1.4.3.3. Translators shall be familiar with the normal phraseology of military forces, specifically air forces, in the target language. 1.4.3.4. A style guide shall be initiated within 60 days of award and submitted to the appropriate AFRI journal editor, by language, for consolidation and shared distribution to minimize repetitive errors when confronted with specific military jargon (e.g., proper translation and use of acronyms) or terms which may have multiple possibilities for translations. Updates will be due to the appropriate journal editor quarterly. 1.5. Administrative Requirements. 1.5.1 Work efforts will be accountable (paid for) by the piece by word count. 1.5.2. Submissions from the company to AFRI should be in Microsoft Word-doc. (Microsoft Office 2007 - Word) 1.5.3. Electronic submissions (via email) are required. 1.5.4. There is no typesetting or specific format requirement. Contractors will follow the general format of the submitted paper. 1.5.6. All files for submission must be screened and cleaned by the author using an up-to-date virus/spyware scanning program before sending to AFRI. 2. GENERAL INFORMATION 2.1. Performance Management 2.1.1. Quality Control: The contractor shall implement a quality control plan to ensure services are performed in accordance with commonly accepted commercial practices to identify, prevent, and ensure non-recurrence of defective translation services. 2.1.2. Quality Assurance: The government will perform a 100% review of all contractor submissions in accordance with paragraph 3, Services Summary. Rework shall be in accordance with paragraphs 1.4.3 and 3. The contracting officer shall be informed and will make a final determination of the validity of customer complaint(s) in cases of disagreement with the contractor. 2.2. Contractor Personnel: 2.2.1. Contract Manager: The contractor shall provide a contract manager who shall be responsible for the overall performance required to satisfy this PWS. The name of contract manager shall be designated in writing to the contracting officer not later than the pre-performance conference. Any change in the name or home phone number of either party shall be communicated in writing to the contracting officer twenty-four (24) hours in advance of the change if planned and within eight (8) hours of the occurrence if unplanned. The contracted translator may also be the contract manager. 2.2.2. Contracted Translators: The contractor shall be responsible for the overall performance required to satisfy this PWS. 2.3. SECURITY REQUIREMENTS 2.3.1. The contractor(s) will not be working on a government installation or on a government network. 2.3.2. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2 Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. 2.3.3. Place of Performance: The work required will be performed at the location of the contractor. 2.3.4. Media: All Deliverables shall be submitted in electronic format using Microsoft Word. 3. SERVICE SUMMARY Performance Objective PWS Para Performance Threshold Initial translations delivered on time 1.4.3.1 98% on time Corrected translations delivered on time 1.4.3.2 100% on time Translation quality - material errors 1.4.4.1 98% ≤ 3 material errors per document Translation quality - cultural appropriate 1.4.4.2 98% appropriate to target audience/region Style Guide 1.4.4.4 Initial completed within 60 days, updated quarterly thereafter
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XTA36267AW00_Spanish_Translation/listing.html)
- Place of Performance
- Address: 50 S Lemay Plaza, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN04330727-W 20161119/161117234229-0602d671cb8fb8cafa68419bcb62c46b (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 |