Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

R -- Translation of Rwandan Documents - Solicitation - Solicitation

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-09-Q-00011
 
Archive Date
4/24/2009
 
Point of Contact
Doty Marilyn,, Phone: 214-905-5423
 
E-Mail Address
marilyn.doty@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Vetting Questions Past Performance Questionnaire Solicitation Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ)-Dallas has a requirement for translation, transcription, interpretation, and vetting of Rwandan documents. Services may include other Great Lakes languages including Swahili, Kirundi, Runyankore, Rusoga, Rugwere, Ruramogi, and Luganda. ICE requires the translation, transcription, interpretation, and vetting of various documents and interviews in Kinyarwanda and other languages of the African Great Lakes region. Certain documents will require some degree of formatting. Many documents will require certification that they comport with 8 CFR 1003.33. Rwandan documents are frequently written in the native language of all Rwandans, Kinyarwanda. ICE requires that the relevant documents be translated from Kinyarwanda to English with a hard copy in word format. Vendor must possess the ability to provide an accurate word or phrase in another language (English) that is equivalent to that of the original language (Kinyarwanda). Additionally, ICE requires the transcription of witness interviews conducted in Kinyarwanda. Vendor must possess the ability to write out an exact copy of audio media from the language spoken on the media (Kinyarwanda) to another (English). The resulting transcripts must then be translated from Kinyarwanda into English. Some of these translations must be certified for use in court. ICE may also require the transcription of witness interviews conducted in other Great Lakes languages including Swahili, Kirundi, Runyankore, Rusoga, Rugwere, Ruramogi, and Luganda. ICE will also require interpreter services for conversations between ICE personnel and Kinyarwanda speakers. Vendor must possess the ability to carry out oral translation from one language to another. These conversations may range from very brief (minutes in the case of telephone messages and scheduling conversations) to long (several hours in the case of witness interviews). ICE may also require interpretation of conversations between ICE personnel and speakers of other Great Lakes languages including Swahili, Kirundi, Runyankore, Rusoga, Rugwere, Ruramogi, and Luganda. Some of the Kinyarwanda documents need to be examined by a Kinyarwanda translator who is familiar with Rwandan local court records so that the expert can determine which of the many records warrant translation into English. Vendor must possess the ability to conduct a careful examination or scrutiny of the documentation to determine suitability. After vetting of documents, the relevant documents require translation into English. Some of these translations must be certified for use in court. Interested vendors are to provide summary of experience in translating Rwandan to English and past performance information. The resultant contract will be a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity contract with a Base Period of Performance of twelve months and four (4) option periods consisting of twelve months each. Translations and Interpretation Services, North American Industry Classification System (NAICS) code is 541930. Small Business Size Standard is $6.5 Million. This solicitation is set-aside 100% for small business. The resultant award will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. This solicitation will be issued via Federal Business Opportunities (FedBizOpps.Gov) only. Notification of amendments shall be made via FedBizOpps.Gov only as well. It is therefore the contractor's responsibility to check https://www.fbpo.gov/ daily for any posted changes to this solicitation. Offerors must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certification Application (ORCA) must be completed at https://orca.bpn.gov/ in order to receive a government contract award. Click on the appropriate links to register. Point of Contract is Marilyn Doty at 214-905-5423 or Marilyn.Doty@dhs.gov for furtherinformation or questions. Solicitations and attachments are attached to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0535099f14617d0893da21dc4ffba5c0&tab=core&_cview=1)
 
Place of Performance
Address: Dallas, Texas, 76123, United States
Zip Code: 76123
 
Record
SN01778143-W 20090328/090326215252-0535099f14617d0893da21dc4ffba5c0 (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.