SOURCES SOUGHT
R -- NATIONAL MEDICA EXPLOITATION CENTER (NMEC) LINGUIST INTELLIGENCE OPERATIONS NMEC (LION) FORMERLY LINGUIST OPERATIONS SUPPORT SERVICES (LOSS) - Section M Draft - LION TEM ANNOUNCEMENT - Section L Draft - Draft PWS - LION ATTENDANCE FORM
- Notice Date
- 10/18/2017
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity - PAFB, Florida, 1030 South Highway A1A, Building 989 MS1000, Patrick AFB, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- NMEC-LION-RFI
- Archive Date
- 10/31/2017
- Point of Contact
- William J. Rilee,
- E-Mail Address
-
Contracting_Officers@dodiis.mil
(Contracting_Officers@dodiis.mil)
- Small Business Set-Aside
- N/A
- Description
- Blank attendance form Draft PWS Draft Section L Formatted version of this annoucement Draft Section M SEE ATTACHMENTS FOR FULL DETAILS AND ADDITIONAL INFORMATION NOTICE of TECHNICAL EXCHANGE MEETING For NATIONAL MEDICA EXPLOITATION CENTER (NMEC) LINGUIST INTELLIGENCE OPERATIONS NMEC (LION) FORMERLY LINGUIST OPERATIONS SUPPORT SERVICES (LOSS) 1. GENERAL The Virginia Contracting Activity (VaCA) is seeking a qualified contractor to provide the following services for NMEC and its scope of operational responsibilities: Linguist Intelligence Operations NMEC (LION): provide foreign language support in the form of triage, gists, summaries, translations and transcription of documents and media and related intelligence operations program support, including management of the personnel and related functions. The support is provided primarily in the National Capital Region (NCR). Personnel may be required to provide support in deployed locations at any of the supported theaters of operations, potentially requiring travel to other CONUS or OCONUS locations, including hostile fire zone areas. The NMEC process includes but is not limited to the receipt, forensic processing, screening/gisting, translation, reporting and archiving of captured, seized or otherwise acquired hard copy or electronic documents and media, and may include preparation for or analysis of such media. Contractor personnel shall be US citizens. All contractor personnel shall possess a SECRET and/or TS//SCI clearance. At least 40% of the triage team shall be native level English speakers with intelligence or equivalent work experience and be fully functional linguists, scoring 2/2 in reading and listening in a foreign language on the ILR scale. The remainder of triage linguists shall be native-speakers of a foreign language with advance professional or higher proficiency (3+) on the ILR scale. All must have English with general professional proficiency or higher proficiency (3+) on the ILR Scale. All shall be cleared TS/SCI. At least 50% of Screeners should have general proficiency plus (3+) or higher in the foreign target language, and at least 20% of screeners should have military intelligence and/or equivalent experience. At least 15% of the screeners will be cleared Top Secret/SCI in the primary and other designated languages by the government. At least 50% of the QC Linguists will be cleared TS/SCI in the primary and other designated languages by the government. In addition to the minimum scores for proficiency according to role, in order to obtain the appropriate mix, the majority (more than 50%) of linguist positions should qualify at advanced professional proficiency of 3 or higher in writing and/or speaking the target foreign language (s) for comprehension skills of reading and listening. The Prime must have the Top Secret facility clearance. The physical facility may be provided by the Prime contractor, a Subcontractor or a Teaming Partner. Work to be performed, clearance level of personnel, physical facility requirements and facility clearance are all separate topics. Personnel working at the contractor facility will have a mix of Secret and Top Secret//SCI clearances. The Offeror shall provide a physical facility meeting the following requirements. a. COLLATERAL level with storage at the SECRET//NOFORN level, b. Existing communication between their facility and the IC IMAC with OC3 accredited circuit c. Capable of housing a minimum of twenty (20) linguists Work in this facility may be unclassified or secret. This requirement is currently being performed by Valbin Corporation under Contract Number HHM402-13-C-0030. The purpose of the Technical Exchange Meeting (TEM) is to update industry on the changes that have occurred since the TEM held 22 March 2017 and to solicit feedback on the adequacy and content of the draft documents included with this announcement. Contractors are encouraged to provide concrete recommendations that will assist the government in clarifying requirements along with identifying potential gaps. We value the input from our industry partners. Attendance is voluntary and is not a prerequisite for submitting questions, comments or proposals (upon release of the formal solicitation). It is highly recommended that company representatives planning to attend the TEM carefully read all of the documents posted on FedBizOpps prior to the start of the TEM and bring copies with them for reference. This TEM is being held solely for information and planning purposes and does not constitute a solicitation. It will assist the Government in determining the acquisition strategy for this procurement. Do not provide comments and questions that are marked proprietary. Comments and questions are not offers and cannot be accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to and attending the TEM. Comments and questions will not be returned. At the TEM, the government customer will explain their requirement and contracting staff will address milestones for the upcoming solicitation process. Contractors are encouraged to provide comments and questions on the content of the draft documents included with this announcement. 2. TECHNICAL EXCHANGE MEETING (TEM) INFORMATION Date: Monday, October 30, 2017 Time: 1000 to 1400 Location: 2070 Chain Bridge Road, Ground Floor Conference Center, Vienna, VA, 22182 Product or Service Code: R608, Translation and Interpretation Services NAICS: 541930 - Translation and Interpretation Services Size Standard: $7.5M Contract Type: Cost Plus Fixed Fee (CPFF) DCAA (accounting and invoicing) and DCMA (estimating system) accreditation will be required NLT time of proposal submission Security: Top Secret Facility Clearance required Period of Performance: Base plus four option years Anticipated award date: Second Quarter FY18 Attendance at the TEM is not mandatory, but is recommended. Registration is not required. However, you must complete the attached attendance form and bring it with you to turn in when checking in on the 30th. All individuals must check in at the registration table in the lobby. Each company is limited to two (2) individuals. Team members may attend with the prime but you are still limited to two (2) total individuals from your team. All participants must check in together. SEE ATTACHMENTS FOR FULL DETAILS AND ADDITIONAL INFORMATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/DIAFL/NMEC-LION-RFI /listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN04716602-W 20171020/171018231042-68d6745a97d56eed4fed9a24a5dfca76 (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 |