Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

W -- Interpretation Equipment and Services - Package #1

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0198
 
Archive Date
5/31/2012
 
Point of Contact
Ms. Reid-Smith, , Reaver T. Clements, Phone: 7038755077
 
E-Mail Address
Reid-SmithSJ@state.gov, clementsrl@state.gov
(Reid-SmithSJ@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Bidder DD254 - Interpretation Equipment and Services Request for Proposals - Interpretation Equipment and Services Statement of Work - Interpretation Equipment and Services The Department of State (DoS), Bureau of International Organization, Office of International Conferences intends to issue a Request for Proposals (RPF) for compatible simultaneous interpretation equipment and technicians with SECRET clearances for meetings and conference held around the world on a 24/7 basis. This equipment will be for training, maintaining, and upgrading existing and new permanent installations, in conference rooms in and around Washington D.C. area and used on a temporary rental basis worldwide. Services and equipment includes multichannel equipment and services for simultaneous interpretation equipment for the U. S. Department of State, Washington, D.C. The equipment will be used at the highest levels of government and cosmetic appearance is therefore of paramount importance. Accordingly, all equipment and interpreter booths must conform to the aesthetics of the conference rooms. All equipment supplied must conform in model and type to the specifications set forth in the Request for Proposal (RFP) and Statement of Work (SOW). Equipment must be interchangeable and compatible with existing "Field Equipment" and existing permanent installations. The equipment will be available in 110v/60hz. 220v/50hz., dual voltage models as listed in the schedule and deliverable in accordance with terms as defined in the RFP. The contractor must have equipment of the type specified available on a rental basis for the various meetings and conferences supported by the Audiovisual Services Branch. The rental equipment must be available domestically or internationally in any combination with or without technical and/or operating personnel. With the concurrence of the Contracting Officer, the contractor will provide equipment and services to other foreign affairs agencies as well as other Federal/State Government agencies. The contractor must have facilities and personnel located in the Washington, D.C. metropolitan area to facilitate permanent installations of the type and scope presently existing in the Department of State. The contractor will maintain a qualified service organization located in the Washington, D.C. metropolitan area to support and maintain all equipment on a rental and/or permanent installation basis. It is the Governments intention to provide multiple awards, with at least one award going to a small business. The National American Individual Classification Standard (NAICS) code for this procurement is 541930. The award shall be made to the contractor(s) whose proposal represents the best value to the Government. All personnel performing on the contract must favorably maintain a SECRET clearance for the life of the contract. The solicitation will be issued via FEDBIZOPPS. NO PAPER COPIES will be mailed to interested parties. Placement of a Firm-Fixed-Price, requirements type of contract for U. S. Department of State domestic and international use for Base (12-months) Year plus Four (4) Option Years (12-months each) is anticipated. Contractor is responsible for downloading their own copy of the RFP and related documents. Register on this website to receive notification of all documents uploads. ALL PROSPECTIVE CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTORS REGISTRY (CCR) IN ORDER TO BE ELIGIBLE FOR AWARD. We request that interested and qualified businesses submit their cost and technical proposals via electronic submission to Ms. Reid-Smith via E-mail: Reid-SmithSJ@state.gov not later than 5:00 p.m. EST/16 May 2012. If you have any question or comments, you may contact Ms. Reid-Smith via E-mail at: Reid-SmithSJ@state.gov. NO TELEPHONE CALLS WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0198/listing.html)
 
Place of Performance
Address: Various Locations: Domestic and International, United States
 
Record
SN02719967-W 20120413/120411235916-34bd57c342bb2d8ce51f2e41b1a336e8 (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.