Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

R -- Translation/Transcription Services

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
976100000286
 
Archive Date
3/13/2009
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco and Firearms (ATF) intends to procure translation/transcription services of an unknown amount of minutes not to exceed 5,000 minutes from recorded phone conversations and video recordings in Spanish to English. Translation/transcription must be delivered in Microsoft Word tables' format. Translator must be a Federally Certified Court Interpreter, and the finished product must be certified by the U.S. District Court for Maryland for use in criminal trials. Translator will be required to testify regarding the product in the U.S. District Court for Maryland. Proposal should include a description of previous experience in translating/transcribing audio and video recordings involving street gangs. A sample is required and 3 current references. Proposal should indicate the amount of time needed to translate/transcribe one minute of recorded conversation, and the hourly rate for such translation/transcription. This requirement is a total Small Business Set-Aside. Award will be based on meeting the specifications listed above on an All or None basis, and the best value to the government. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A “premium” is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and / or Past Performance standpoint. Price will be rated as the most important factor, followed by require and or desired features (Sample request) and finally past performance (3 references). This is a commercial item prepared in accordance with the format at FAR 12.6 as supplemented with information in this notice. The following provisions and clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications—Commercial Items; FAR 52.212-4, Contract Terms and Conditions—Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items. An award will be made utilizing the simplified acquisition procedures under FAR Subpart 13.5. Awardee must be registered in the Department of Defense’s (DOD) Central Contractor Registration database (CCR) for electronic Funds Transfer (EFT). Award will be made to the offeror meeting all the requirements above at the lowest price. The NAICS code is 541930. Preferred method to receive the proposals is via e-mail to James.Huff@atf.gov; proposals can also be received via facsimile machine at 202/648-9659 with a cover letter included. POC Jim Huff 202/648-9117. NO SOLICITATION IS AVAILABLE. Proposals are due no later than 12:00 Noon Eastern Standard Time, 26th of February 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c447bbc2697646ecba055f94d8c66fd9&tab=core&_cview=1)
 
Place of Performance
Address: 31 Hopkins Plaza, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN01756282-W 20090226/090224221750-c447bbc2697646ecba055f94d8c66fd9 (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.