Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

U -- DEVELOPMENT OF 3 WEEK TRANSLATION AND INTERPRETATION COURSE

Notice Date
8/12/2010
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N-10-R-0103
 
Response Due
9/9/2010
 
Archive Date
11/8/2010
 
Point of Contact
Jamie Arthur, 831-242-4083
 
E-Mail Address
USAR Contracting Center - West (POM)
(jamie.m.arthur@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command-West, Presidio of Monterey has a requirement for the Development of 3 Week Translation and Interpretation Course. The work consists of, but is not limited to the following: Develop a third week and pilot one iteration of five 3-week translation and interpretation courses in the language combinations of Arabic-English, Spanish-English, Chinese-English, and Korean-English. Develop 3-week course in French-English language combination and pilot one 3-week translation and interpretation course. This development is based on the specific Interagency Language Roundtable (ILR) Descriptors for Department of Defense linguists. Solicitation number W9124N-10-R-0103 will be available on or about 19 August 2010. The technical proposal will consist of, but is not limited to the following: Subfactor A: Organizational Structure (1) Provides qualifications and experience of Project Manager and Key Personnel (including Resumes). (i) Describe the project manager's role in the organization and indicate who on the team will have the prime responsibility for total coordination of all disciplines. (ii) Provides full Job/Position Description of each of the personnel who will be performing under this contract. (2) Describe overall management approach with regard to organization, coordination, monitoring, and control of projects. Describe interface with on-site, home office, subcontractor operations, language teams, government project managers, contracting officials, inspectors, and users demonstrating thorough understanding of the development process. (3) Provide a plan for providing additional personnel if needed to meet the requirements of the contract. Subfactor B: Quality Control Plan (1) Describe quality control processes and methods, which will ensure only high quality materials and workmanship, is accepted. (2) Describe the tools/methods to be used to identify poor performing subcontractors and/or in-house personnel. (3) Describe how often work will be inspected/reviewed and how interface with Government inspectors and planners will be accomplished. (4) Provide a plan to submit quarterly updates to the COR. (5) Provide mechanism to assess progress for the pilots (activities planned as a test or trial) Subfactor C: Project Execution (1) Describe procedures, processes and methods for tracking the progress of the project and interface with the Government from beginning to end. Submit all final documents in Microsoft Word or similar software that can be modified. Please see the solicitation for complete performance work statement, instructions to offerors, and evaluation criteria. Proposals are due 9 September 2010 at 3:00 pm (Pacific Time). This acquisition is for full and open competition. The North American Industry Classification System (NAICS) code for this project is 611710 with a size standard of $7.0M. Performance period is 30 September 2010 through 29 September 2011. The contract will be a single award, Firm-Fixed-Price type contract. Solicitation number W9124N-10-R-0103 will be available on or about 19 August 2010 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the Central Contractor Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. The point of contact for this requirement is Jamie Arthur, 831-242-4083 or jamie.m.arthur@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c4b5320355020d6ce21d2d29efa9240)
 
Place of Performance
Address: DLI HEADQUARTERS 289 FORT MERVINE PLACE BLDG 235 PRESIDIO OF MONTEREY CA
Zip Code: 93944
 
Record
SN02239090-W 20100814/100813000032-9c4b5320355020d6ce21d2d29efa9240 (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.