Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
SOLICITATION NOTICE

R -- US Department of Commerce ITA, SABIT Seminar - Simultaneous Interpreter /Facilitator for Technology Commercialization Program

Notice Date
12/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
TAIP3450-3-91060
 
Response Due
12/20/2002
 
Archive Date
1/4/2003
 
Point of Contact
Alonzo Jacobs, Contract Specialist, Phone 301-713-0839 x127, Fax 301-713-0809,
 
E-Mail Address
alonzo.jacobs@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
US DEPARTMENT OF COMMERCE INTERNATIONAL TRADE ADMINISTRATION (ITA) SEMINAR - SIMULTANEOUS INTERPRETERS/FACILITATORS For Technology Commercialization Program A. Introduction and Statement of the Problem The U.S. Department of Commerce, International Trade Administration's (ITA) Special American Business Internship Training (SABIT) program has a requirement for Interpreters and Facilitator to manage three (3) specialized programs to train pharmaceutical, hospital administration and aviation industries managers from the New Independent States of the Former Soviet Union (NIS). The Technology Commercialization Program's sessions are: Pharmaceuticals: January 25th - February 22nd, 2003 Aviation: June 7th - July 5th, 2003 Hospital Administration: August 23rd - September 20th, 2003 The program will consist of three (3) four-week programs for approximately 54 professionals. Training is tentatively scheduled to be executed during the above listed dates. These managers (interns) will come from the pharmaceuticals, aviation, and hospital administration sectors. The Department of Commerce will provide the first week of orientation and training for the Training Session. Private sector companies (Host Firms) will provide the remaining three-week portion of the Training Sessions for the group. SABIT will oversee training and program development from each private sector organization which hosts the delegation. Scope and Objectives of the Procurement The ITA has a requirement to obtain one individual who shall simultaneously serve as a SABIT Interpreter/Facilitator for these three (3) four-week training programs. SABIT anticipates that the contract will cover payment for facilitation and interpretation for these three (3) four-week programs. SABIT will also provide travel expenses and hotel accommodations for the interpreter/facilitator if they live outside of the Washington, D.C. area. The period of performance of this contract is from the effective date through September 30, 2003, with two (2) options. The first option shall be for one additional future set of three four-week programs, to be completed no later than September 30, 2004. The second option is for one four-week program, to be exercised before October 1, 2004. REQUIREMENTS: The service provider shall have: Desired Basic Qualification Requirements for Interpreter/Facilitator: 1. Skills comparable to a State Department certified, seminar-level simultaneous interpreter from English to Russian and Russian to English. (Note: skills may be assessed by SABIT personnel.) 2. Knowledge of history, government, demographics, and politics of the New Independent States of the Former Soviet Union. 3. Ability to perform liaison functions among various organizations involved in the SABIT Technology Commercialization and Hospital Administration programs. 4. Strong organizational skills, in particular the ability to plan and coordinate logistics involved in supervising a group of fifteen to twenty interns, including arranging ground transportation, lodging, and domestic air travel if necessary. 5. Strong administrative skills. 6. Strong intercultural and interpersonal communication skills. 7. Strong public speaking ability. 8. Assertive personality with the ability to handle challenging situations. 9. Ability to act as Facilitator in addition to Interpreter. Basis of Evaluation: Applicants who meet the Basic Qualification Requirements above will be further evaluated based on their experience, education and training shown on their application as it relates to the quality ranking factors listed below. Quality Ranking Factors: 1. Experience serving as a simultaneous, seminar-level interpreter in English and Russian. 2. Ability to communicate effectively and professionally in Russian and English. 3. Experience working as a facilitator. 4. Knowledge of, or familiarity with, vocabulary/terms for: $ Pharmaceuticals $ Aviation $ Hospital Administration 5. Knowledge of the Former Soviet Union. 6. Ability to understand and recognize the needs and interests of the host company and the group, and the ability to facilitate communications between the host organization and group. 7. Previous work experience with delegations of this size. 8. A diplomatic, yet assertive, manner. 9. Ability to translate written material Russian to English, English to Russian. 10. Willingness to work on weekends and evenings. B. Statement of Work: The Interpreter/Facilitator agrees to implement the two Technology Commercialization programs and the Hospital Administration program as follows: 1. The contractor shall interpret all sessions, orientations, seminars, receptions and other activities involved in the four-week training programs. 2. The contractor shall agree to be housed in the same lodging facility as the interns. 3. The contractor shall coordinate general logistical program operations with the SABIT office, including housing, transportation, training sessions for each of the groups. 4. The contractor shall greet each group upon arrival and accompany it to the local housing facility. 5. The contractor shall act as the liaison among the Interns, the Host Firms, and the SABIT offices in Washington. The contractor shall alert SABIT Program Officer if serious problems arise. 6. The contractor shall assist interns with negotiations and equipment purchases with/from Host Companies whenever necessary. 7. The contractor shall answer routine questions regarding SABIT program rules and restrictions; refer unusual situations to SABIT Program Officer. 8. The contractor shall assist Interns with visa and insurance related questions. The contractor shall alert SABIT Program Officer to possible problems or delays. 9. The contractor shall coordinate with SABIT any necessary adjustments to the Training Program. SABIT reserves the right to approve or disapprove any adjustments to the Training Program. 10. The contractor shall accompany each group to the airport to ensure that each trainee departs from the United States on the scheduled departure date. 11. The contractor shall be on call to assist interns in case of emergency, day or night. 12. The contractor shall translate intern exit surveys and consult on intern applications and Russian material received during program. 13. The contractor shall complete a short report at the end of each session (written guidelines to be provided by SABIT.) GOVERNMENT RESPONSIBILITIES The U.S. Department of Commerce, International Trade Administration shall provide contractors with the following: 1. All travel and lodging costs for the Interpreters/Facilitators associated with the non-Washington, D.C. portions of the training programs, as well as lodging with the group in Washington, D.C. when interpreter/facilitator is not a resident of the Washington D.C. metropolitan area. 2. A government per diem for the duration of the program (amount varies by city). 3. Wireless interpreting equipment and batteries. 4. U.S. DOC to provide facilitator training and written guidelines for submittal of reports and other deliverables. C. Proposal Instructions, Conditions, Notices to Offeror and Basis for Evaluation The Government will award a contract to the offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government. The written technical proposal will receive consideration over cost in the selection of the contractor for this acquisition. Award will be made on a "best value basis". The government reserves the right to make multiple awards for this requirement. Payment to the contractor shall be made electronically, therefore offerors should be prepared to submit direct deposit information prior to contract award. Offerors are required to provide Vendor Profile data by visiting http://www.ofa.noaa.gov/~amd/vendor form.html and completing the appropriate forms. D. Overall Evaluation Criteria The Government reserves the right to reject any, all or a portion of any proposal determined to be inadequate or unacceptable. The Government may make its decisions on the basis of initial proposals received, without discussion. Therefore, each initial proposal(s) (by major task area) should contain the offeror's best terms from a price, qualifications, and technical approach. E. Contractor Past Performance The Offeror will be evaluated on their demonstration of past successes in delivering reports, documents, and other products/services such as those described in this RFQ. Please provide at least three (3) references where you have performed similar work. The references should include, at a minimum: Contract #, COTR and Contracting Officer name and number, dollar value and type of contract, period of performance, and a statement outlining the services performed. References and evaluation of past performances will be considered appropriately. F. Price The Offeror shall provide a price breakdown, which includes total task days and crosswalks to an estimated dollar value for completion of each task areas of the stated requirements. The Offeror shall also furnish estimated travel, messenger and any other miscellaneous costs for each task area of the stated requirements. Offeror quotes shall include pricing for the Base and Option periods. G. Oral Presentation The Government reserves the right to hold oral presentations before making an award. Additionally the Government reserves the right to seek additional information, both written and oral, from any or all offeror to ensure fairness in the selection process. If you have any questions on this requirement, you should simultaneously submit them in writing via e-mail to the following individuals by no later than December 5, 2002; Tanner_Johnson@ita.doc.gov and Alonzo.Jacobs@noaa.gov. The subject line of your e-mail should reflect "ITA SABIT Commercialization Technology Programs". The Government will provide written responses by December 6, 2002 to questions received. Proposals are due by 2:00 PM., December 20, 2002 and should be submitted to: Alonzo.Jacobs@noaa.gov. The subject line should reflect "ITA SABIT Commercialization Technology Programs".
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/TAIP3450-3-91060/listing.html)
 
Place of Performance
Address: US Department of Commerce SABIT Program Franklin Court Building, Suite 4100W 1099 14th Street, NW Washington, DC 20005
Zip Code: 20005
Country: USA
 
Record
SN00217192-F 20021206/021205080654 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.