Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

R -- Sign Language and Interpretive Services

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811Q1905
 
Response Due
3/25/2011
 
Archive Date
5/31/2011
 
Point of Contact
Roberta Moss,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at: http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at: https://www.neco.navy.mil. While it is understood that FBO is the single point for posting of synopsis and solicitations to the Internet, NECO is the alternate in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Government intends to issue multiple Blank Purchase Agreements (BPAs) in accordance with Simplified Acquisition procedures, FAR Part 13. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal (RFP) because this is notice will result in BPAs. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Because the needs of NSWCDD are dynamic, NSWCDD will periodically solicit additional offers to add new vendors to the calling list. The government reserves the right remove vendors from the calling list who deliver products/services late or who provide consistently poor quality. Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. A BPA may be issued for a five-year period. It is anticipated that there will be two methods of payments. The government will utilize Wide Area WorkFlow (WAWF) in compliance with DFARS 252.232-7003, śElectronic Submission of Payment Requests (MAR 2008) ™, to electronically process vendor requests for payment for calls greater than $2,500. Please notice that payments will be made on a monthly basis via the Citibank MasterCard for calls less than $2,500. Therefore, in order to do business as a BPA vendor, companies must also be able to accept credit cards as a method of payment. The monthly invoices shall include an itemized list of all calls that have been delivered during that month. The applicable NAICS code is 541930. The principal place of performance is NSWCDD, Dahlgren, VA; however, travel to other NSWCDD sites may be required in support of this effort. It is requested that interested firms submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single spaced, single sided, 12 point font minimum) demonstrating eligibility and contracting methods to meet NSWCDD ™s requirements. SUBMISSION OF CAPABILITY PACKAGES: This documentation should address, at a minimum, the following: Company profile to include current number of employees, DUNS number, Cage code and a statement regarding current small business status (indicate whether Section 8(a), HUBZone or small disabled veteran owned); location(s). One, single page, key resume that meets or exceeds the labor category requirements identified in the attached PWS to demonstration the breadth and depth of the company ™s personnel. Resume must clearly indicate the person ™s availability. Provide a full description of suggested approaches to provide timely professional sign language interpreters on an intermittent, ad hoc basis in accordance with the attached PWS. The description should include any applicable information with reference to current technological options, as well as, contractor support service options. Clearly delineate your organization ™s availability to provide sign language services NSWCDD on the following basis scheduled/planned (one full time, on site support interpreter/translator), ad hoc, and urgent services, as necessary. BPAs will be issued on the basis of past performance. Interested vendors should provide a minimum of three (3) past performance references. These references should include name of business, address, and telephone number, point of contact, contract/purchase order number and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The government reserves the right to use additional past performance references if necessary. Delivery shall be FOB Destination to Dahlgren, Virginia. All BPA calls/orders shall be issued on a firm fixed price basis. Companies interested in receiving a BPA shall submit the requested documentation to later than 25 March 2011, to the attention of Roberta Moss, Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road, Mail Code CXS11, Dahlgren, VA 22448-5110 or via email to: roberta.moss@navy.mil Responses or questions concerning this announcement should reference synopsis number N00178-11-Q-1905 and should be directed Roberta Moss at 540-653-4654/FAX 540-653-7088 or to: roberta.moss@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q1905/listing.html)
 
Record
SN02388411-W 20110227/110225234759-b486d1236991ec85e113be431583694d (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.