Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

R -- Arabic Translator/Interpreter Services

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
DABK21-3196-P400
 
Response Due
9/12/2003
 
Archive Date
11/11/2003
 
Point of Contact
Joanne W. Edwards, (502)624-8062
 
E-Mail Address
Email your questions to ACA, Fort Knox
(joanne.edwards@knox.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The US Army Recruiting Command, Fort Knox, KY has a requirement for Translator/Interpreter Support in selected locations across the United States. This requirement is in support of a new initiative for recruiting Arabic, Dari, and Pashto native speakers into the Individual Ready Reserve to meet critical foreign language requirements. These new members of the Individual Ready Reserve will complete an initial military training program and may be required to be available for mobilization and deployment in f urtherance of national security missions. All quotes must reference the Request for Quotation number DABK21-3196-P400. ONLY THOSE CONTRACTORS WITH CURRENT GSA CONTRACTS UNDER FSC GROUP 738 PART II ARE ELIGIBLE FOR AWARD. Solicitation document and incorp orated provisions and clauses are those in effect through FAC 2001-15. It is the Contractor's responsibility to be familiar with all-applicable clauses and provisions. The North American Industry Classification System (NAICS) is 541930. The standard size is $6.0 million. Award will be made to the lowest priced, responsible, responsive offeror(s). The gGovernment reserves the right to make multiple awards. REQUIREMENTS: a. Contract Locations/Term. Contract performance will be in the recruiting offices, areas and vicinities of Dearborn, MI; Detroit, MI; Baltimore, MD; Brooklyn, NY; Chicago, IL Newark, NJ; Anaheim, CA; and Boston, MA. There is a requirement for 3 Modern Ar abic Translator/Interpreters in each initial identified location. The locations and personnel requirements may be increased or decreased as the Government assesses this program. b. Purpose. The primary purpose of the Arabic Translator/Interpreter (ATI), is to assist the local United States Army Recruiter by translating and interpreting the spoken or written words and expressions from one language into another, principally Englis h to Arabic or Arabic to English. ATIs shall also have a thorough understanding of assigned area/language culture and society so that he/she can act as a cultural interpreter. c. Contract Tasks. 1. Interpreter functions will require work with live speech and conversation. ATIs will be required to listen to potential prospects and the recruiter and interpret these conversations in order to assist the recruitment process. ATIs will interpret spoken passages from potential recruits to the U.S Army recruiter. The ATI will provide consecutive or simultaneous interpretation between the languages. The ATI must be able to express either an approximate or exact interpretation, depending on the natur e of the occasion. During a sales interview the ATI must be able to assist in the sales process by translating the emotion of the presentation as verbalized by the recruiter. Other languages may be added as needed.encouraging the potential applicant to con sider Army service. 2. Translator functions, if needed, will work with written text. Contractor personnel may be required to write and read documents in the Modern Arabic language, and translate to English (or conversely, to translate English documents into Modern Arabic, as needed). 3. The secondary function of the ATI will be to conduct lead generation activities. Lead generation for the purpose of this contract will is be comprised of those activities accomplished to obtain the name, address and/or telephone number of potential pro spects who have expressed interest in the Individual Ready Reserve Program and have completed an interview and presentation with a whom the recruiter. can make an appointment. The Government will provide an on site recruiting training program to assist in l ead generation activities.. The Contractor and the Government will jointly develop a lead tracking system and report. The government will offer a contract incentive for effectively promoting and managing a lead-generating program. Payment will be made for actual leads generated. 4. The ATIs shall work an average of 8 to 12 hours per day, but no more than 40 hours per week. They should be available to work some weekends and at night, as needed within the 40 hours consistent with recruiting mission requirements. 5. The contractor will submit electronic reports to the Contracting Officer's Representative (COR) or HQ USAREC Representative on a monthly basis or as required by the Government. These reports will show assisted Arabic linguist contracts and leads, with G overnment-provided format. Additional reports may be required on an as needed basis. d. Contract Support/Contractor Standards. The Government will not provide vehicles for contract employees to use during performance of this contract, but the ATIs may accompany US Army recruiters in Government-owned vehicles while the recruiters are perf orming their recruiting tasks. Leads, prospects and applicants will only be transported in Government-owned vehicles. The contractor shall develop a standard appearance for all employees. The employee attire will be professional in appearance and include the prominent display of the Army of One logo. Business professional and business casual dress is appropriate based on situation. The Government will provide approved sources for polo type shirts, Army of One lapel pins and other items. As a minimum, th e employee??????s name and the legal name under which the Contractor is doing business will be carried on his/her person. Contractor employees will have and/or obtain and maintain a favorable Personnel Security Investigation (PSI) of a National Agency Che ck with Local Agency and Credit Check (NACLC). A favorable NACLC will be completed or action submitted to the Security Manager, USAREC, prior to employment. The government is available to conduct a limited background check prior to employment processing. The contractor shall designate a Program Manager and Alternate Program Manager within 3 calendar days of contract start and as changes occur and will identify Assistant within 10 calendar days after contract award and as changes occur. The Contractor shal l develop and provide the COR with a Quality Control Plan at contract start date and 7 working days prior to implementation of changes. At time of contract award, the government will provide the contractor with points of contact to coordinate placement of employees at the various locations. The 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 the ir bid. Additionally, 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203.3, 252.205-7000, 252.232-7003 are applicable. QUOTATION SUBMISSION: 1) The offeror will submit a quotation using the following Contract Line Item Numbers 0001: Arabic Translator/Interpreter Services in various recruiting offices, areas and vicinities for the base period of 22 September 2003 through 21 September 2004. Legend: EACH = Monthly price per interpreter 0001AA Interpreters for the initial start-up period of 22 September 2003 through 21 October 2003. The monthly price per interpreter will be prorated to a daily rate for the start-up only. 30 days @ $_______ = ________ _ 0001AB Interpreters for the remaining 11 months of the base period. 264 each @ $________ = ________ 0002 Lead generation incentive (estimated) 100 each @ $1,000.00 = $100,000.00 0003 First Option Per iod: Arabic Translator/Interpreter Services for period of 22 September 2004 through 21 September 2005. 288 each @ $_______ = __________ 0004 Lead generation incentive (estimated) 100 each @ $1,000.00 = $100,000.00 0005 Second Option Period: Arabic Translator/Interpreter Services for the period 22 September 2005 through 21 September 2006. 288 each @ $_______ = __________ 0006 Lead generation incentive (estimated) 100 each @ $1,000.00 = $100,000.00 The quantities shown for lead generation incentives are estimates only. QUOTATIONS ARE DUE: 12 September 2003. Quotations shall be received at Army Contracting Agency, Fort Knox Directorate of Contracting, Building 1109B, ATTN: Ms. Joanne Edwards, Fort Knox, KY 40121-5000, not later than 2:00 p.m. ET, 12 September 2003. Email submissions will be accepted by joanne. edwards@knox.army.mil. Fax submissions will be accepted at (502) 624-5869/7165. In addition to the quotation submission information requested above, quotations shall include: (1) letter signed by an individual authorized to bind the organization, with a c ompleted bid schedule (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published by this office, the same as this combined synopsis/ solicitation. Poi nt of contact for this requirement is Ms. Joanne Edwards, Contracting Officer at (502) 624-8062.
 
Place of Performance
Address: ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
Country: US
 
Record
SN00416258-W 20030831/030829213820 (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.