Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
MODIFICATION

R -- International Drug Enforcement Conference

Notice Date
3/27/2008
 
Notice Type
Modification
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537, UNITED STATES
 
ZIP Code
20537
 
Solicitation Number
Reference-Number-08-OI-0009
 
Response Due
4/2/2008
 
Archive Date
4/17/2008
 
Point of Contact
Nanaesi Amoo, Contract Specialist, Phone 202-307-7801, Fax 202-307-4877
 
E-Mail Address
nanaesi.amoo@usdoj.gov
 
Description
The Drug Enforcement Administration (DEA) hereby solicits proposals to satisfy the requirement as set forth in the subject Request For Quote (RFQ) to perform simultaneous interpretation and technical production services for its annual International Drug Enforcement Conference (IDEC). Proposals shall include 6 Spanish-English simultaneous interpreters, 2 Turkish-English simultaneous interpreters, and 2 Russian-English simultaneous interpreters. The conference will take place in Istanbul, Turkey, from July 8-10, 2008. All simultaneous interpreters are needed for three days, July 8, 9 and 10th. This solicitation will be conducted under full and open competition. This solicitation does not commit the government to pay any cost incurred in the submission of proposals or to contract for this service. All proposals submitted shall be prepared in accordance with the requirements set forth in the solicitation. Proposal must be received on MACH 31, 2008 5:00PM EST. Proposals must include a brief summary of the simultaneous interpreters, the technical production team, technical approach, and prior corporate experience. Proposals shall not exceed ten pages and use a font no smaller than 12 point. All resumes provided should be included as attachments. Vendors are requested to include an attachment listing other available languages that have been provided as simultaneous interpretations services. The cost proposal must include all wages/per diem for simultaneous interpreters and technical production team, and all reimbursable travel expenses. Do not include lodging expenses. Lodging at the conference site will be provided by DEA. Travel expenses must not exceed federal travel regulation guidelines. All responses for this RFQ must be received by the date and time in order to be considered. This requirement is not severable and award will not be made on individual items. Vendor must quote all items requested. Pricing shall be itemized in three categories, Simultaneous Interpretation, Technical Production, and Travel. Proposals shall be submitted in one of the following ways: VIA FAX: DEA/Office of Acquisition Management Attn: Nanaesi Amoo/FAC (202)307-4877 VIA E-MIAL DEA/Office of Acquisition Management Attn: Nanaesi Amoo/FAC Nanaesi.amoo@usdoj.gov or elsie.c.oldaker@usdoj.gov DUE DATE: APRIL 02, 2008 5:00PM EST Any questions regarding this solicitation may be addressed to Nanaesi Amoo, in writing via fax number (202) 307-4877 or at Nanaesi.amoo@usdoj.gov. Statement of Work Simultaneous Interpretation The conference will be conducted in English, Spanish, Russian, and Turkish. To meet this requirement, DEA needs the services of 6 Spanish-English simultaneous interpreters, 2 Turkish-English simultaneous interpreters, and 2 Russian-English simultaneous interpreters. All simultaneous interpreters are needed on July 8th, 9th, and 10th. This conference is attended by senior-level drug law enforcement officials from throughout the world, to include ministerial-level delegates. The conference includes plenary presentations, followed by simultaneous breakout sessions that are conducted in several languages. These presentations and sessions focus on drug law enforcement operations and utilize technical jargon that must be accurately translated. As a result, simultaneous interpreters are expected to have advanced knowledge of drug law enforcement terminology. Technical Production In addition, DEA needs a team to oversee the technical production of the conference. The production team shall be available for five days, on July 6th, 7th, 8th, 9th, and 10th. This team, led by a senior manager, will be responsible for directing and monitoring all technical aspects of the conference. The technical production team will include a senior production manager, assistant manager, and any other members you consider necessary to accomplish this task. The manager and assistant manager will be considered key personnel and their resumes should be included with the proposal. The technical production team will be responsible for working with a previously identified company and its technicians to ensure coordination and the smooth functioning of the conference. This team will serve as liaison between DEA and the technicians and is critical to ensure maximum quality control. This solicitation does not include procurement of the audiovisual and interpretation equipment. 1. TYPE OF CONTRACT The Government contemplates award of a fixed price purchase order resulting from this RFQ. 2. BASIS FOR AWARD The Government intends to make a single award to the Contractor whose proposal is identified as offering the best value solution, in terms of technical capability, past performance, and price. The Government reserves the right not to make any award as a result of this competition, if none of the submitted proposals would provide a satisfactory performance. In addition, the RFQ may be amended if determined to be in the best interest of the Government. All evaluation factors when combined are significantly more important than price. A technical evaluation with the evaluation criteria of the RFQ will be conducted utilizing point scoring and written comments. The Contracting Officer may request that the offeror clarify any information submitted in its RFQ. However, The Government reserves the right to make an award without further discussions of the proposal received. Therefore, it is important that your proposal be submitted initially on the most favorable terms from both the technical and price standpoint. 3. EVALUATION FACTORS A. Qualifications of the technical production team. Resumes of the key personnel will be evaluated. 30 POINTS Demonstrated ability of the senior production manager directing and coordinating all audiovisual and interpretation services and equipment and ensuring quality control for conferences similar in size and scope. Demonstrated ability of the assistant production manager coordinating audiovisual and interpretation equipment, technicians, and interpreters. Experience of the technical production team coordinating the audiovisual and interpretation components at large international conferences held outside of the United States and involving multiple languages. B. The technical approach must be detailed enough to indicate your understanding of the task. 10 POINTS The technical approach should include proposed responsibilities of the technical production team to ensure smooth functioning of the conference. It should also include examples of problems and solutions and should reflect understanding of working with counterparts in a foreign country. C. The company must show prior experience providing interpretation and conference management services at international conferences similar in size and scope. 20 POINTS Experience providing interpretation and conference management services. Experience providing similar services for large international conferences of high-level U.S. and foreign government officials held outside of the United States. D. Individuals with extensive experience providing simultaneous interpretation services at conferences similar in size and scope. 20 POINTS Experience providing simultaneous interpretation services at large international drug/law enforcement conferences. Demonstrated ability to translate drug and law enforcement terminology, including the technical jargon of the field. Experience interpreting for ministerial-level delegates in a discussion format. Experience providing simultaneous interpretation services during presentations to a large audience of senior-level U.S. and foreign government officials. E. Price. 20 POINTS Questions for 08-OI-0009 ? International Drug Enforcement Conference 1. Can you please clarify which Spanish you are requesting? Would it be more appropriate to have Castilian interpreters? MOST OF THE DELEGATES ARE FROM CENTRAL/SOUTH AMERICA, NOT SPAIN. 2. Will security be provided for the linguists? If so, what is the status of the level of security for Americans traveling to Istanbul. SECURITY LEVEL AND THREAT LEVELS CAN BE DETERMINED ON THE STATE.GOV WEBSITE. NO MORE SECURITY WILL BE PROVIDED FOR THE LINGUISTS BEYOND THAT ACCORDED TO ANYONE ATTENDING THE CONFERENCE. THEY WILL BE LODGED AT THE CONFERENCE HOTEL, WHERE SECURITY IS BEING PROVIDED BY THE TURKISH NATIONAL POLICE. 3. Is it possible to extend the deadline due to the questions that need to be answered in order to prepare a compliant proposal? EXTENDED UNTIL APRIL 02, 2008. 4. Do you know how many attendees are expected? APPROXIMATELY 300 ATTENDEES. 5. Do you know which venue has been selected? TO BE DETERMINED 6. Have you selected the interpretation equipment? If so, please provide the name, model number and specs. TO BE DETERMINED. AT THE TIME OF AWARD INTERPRETATION EQUIPMENT DETAILS WILL BE PROVIDED AND A POINT OF CONTACT GIVEN. 7. Do we assume that the interpreters interpret in both directions: into and from English and their target languages? Or is it just from Spanish, Russian and Turkish into English? INTERPRETERS MUST INTERPRET IN BOTH DIRECTIONS 8. Is the conference providing the same meals for the interpreters as the attendees will receive? Or do you expect the interpreters to go outside the venue and purchase meals at outside restaurants? PER DIEM RATES APPLY, EXCEPT LODGING WHICH WILL BE PROVIDED. 9. The RFQ states: "Proposals must include... prior corporate experience." Can you please provide more detail regarding the nature of ?corporate experience?? PAST EXPERIENCE YOU HAVE HELD OF A SIMILAR SCOPE AND SIZE. 10. Who will handle the delivery, installation, and proper functionality of the AV/interpretation equipment? AT THE TIME OF AWARD THAT INFORMATION WILL BE PROVIDED. 11. Is this a fixed amount the govt will pay for Istanbul or is this an amount each bidder has to propose? PER DIEM RATES MUST BE IN ACCORDANCE TO FEDERAL TRAVEL REGULATIONS . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/DEA/OAM/Reference-Number-08-OI-0009/listing.html)
 
Place of Performance
Address: Istanbul, Turkey
Country: TURKEY
 
Record
SN01544054-F 20080329/080327232041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.