Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
MODIFICATION

R -- Interpreter/Translator Support

Notice Date
12/6/2001
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-02-R-0002
 
Response Due
12/17/2001
 
Archive Date
1/1/2002
 
Point of Contact
Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345 - Dave Fouche, Contract Specialist, Phone 910-432-7670, Fax 910-432-9345
 
E-Mail Address
sutherlj@soc.mil, fouched@soc.mil
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Interpreter/Translator Support in Arabic, Persian Farsi and Urdu. Performance will be at Fort Bragg, North Carolina for the period 1 January 2002 through 30 June 2002. A SECRET security clearance is preferred. This is a 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. All quotes must reference the Request for Quotation number USZA92-02-R-0002 Solicitation document and incorporated provisions and clauses are those in effect through FAC 97-23. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 561990. The size standard is $5.0 million. Each requirement shall meet the following minimum specifications. REQUIREMENTS. a. The Contractor shall provide all management, personnel (including the interpreter/translators), and all required pre-service and in-service training, and security clearances for Arabic, Persian Farsi, and Urdu Language interpreter/translator support for the 4th Psychological Operations Group (A) at Fort Bragg, NC. b. The proposed period of performance shall be 1 January 2002 (or date of award if subsequent thereto) through 30 June 2002. c. CONTRACTOR QUALIFICATIONS - a. The Contractor shall preferably have a SECRET FACILITY clearance. b. The Contractor shall provide employees with secret clearances prior to contract performance, if at all possible. c. The Contractor employees shall possess the following qualifications: a. Native proficiency. At least a high school diploma from a country speaking the language/dialect assigned. b. Previous experience interpreting and translating complex documents, as well as delivering written and oral translations 4. INTERPRETER/TRANSLATOR SUPPORT a. Request two each Arabic (Iraqi. Jodanian is also acceptable.), Persian Farsi, and Urdu interpreter/translators. b. performance shall be at Fort Bragg, NC. The Contractor employees shall work an average of 8 to 12 hours per day, but no more than 40 hours per week. They will be available to work weekends and at night, as needed within the 40 hours. c. The Contractor employees shall be able to speak and write both English and the assigned language. d. The Contractor employees shall be able to make idiomatic oral and written translations, both from English to the assigned language and from the assigned language to English. e. The Contractor employees shall be able to make tapes, loudspeaker broadcasts, and radio broadcasts in assigned language. f. The Contractor employees shall be able to perform such English-assigned language and assigned language-English translation services as are required by operational necessities. g. The contractor shall also have a thorough understanding of assigned area/language culture and society so that he/she can act a cultural interpreter. h. The Contractor shall provide all transportation, meals, lodging, and telephone service for its employees. PROPOSAL SUBMISSION a. The Contractor shall submit resume's for each proposed translator/interpreter with appropriate security clearance information, if applicable. The Resume's shall include: Name Social Security Number Citizenship status Place(s) and level of education Employment information (dates, company names, locations, summary of duties) b. The Government reserves the right to evaluate proposed translators/interpreters telephonically and/or review a translated sample of work prior to award selection. c. The Contractor shall provide a minimum of three references for Past Performance Evaluation. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: Award will be made to the offeror who provides the lowest priced, technically acceptable offer. To be acceptable the offeror shall propose support from qualified individuals that provide the capability addressed above. Evaluation factors of R?sum??s and Past Performance are provided in descending order of importance with R?sum??s being twice as important as Past Performance.? ; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jane Sutherlin), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 17 December 2001. Fax submissions will be accepted at (910) 432-9345. In additional to the Proposal Submission information requested above, proposals shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of monthly prices (per language), proposed travel and per diem costs, if applicable, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the CBD the same as this combined synopsis/ solicitation. Point of contact for this requirement is Ms. Jane H. Sutherlin, Contracting Officer at (910) 432-2146.
 
Place of Performance
Address: Fort Bragg, North Carolina
Zip Code: 28310
Country: USA
 
Record
SN20011206/00001458-011207191239 (fbodaily.com)
 

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.