Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOLICITATION NOTICE

R -- CHAD INTERPRETER SERVICE

Notice Date
12/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
RCO Vicenza (PARC Africa, 414th CSB), UNIT 31401 BOX 33, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W56PFY14T0006
 
Response Due
12/13/2013
 
Archive Date
2/8/2014
 
Point of Contact
Lucinda Archer, 00390444717420
 
E-Mail Address
RCO Vicenza (PARC Africa, 414th CSB)
(lucinda.s.archer.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. BLANKET PURCHASE AGREEMENT SOLICITATION FOR FRENCH LANGUAGE INTERPRETERS TO SUPPORT U.S. MILITARY OPERATIONS IN CHAD, AFRICA 1.INTRODUCTION: The 414TH CSB/ Regional Contracting Office Africa is seeking multiple companies willing to enter into a Blanket Purchase Agreement (BPA) for supplying French Language Interpreters under the North American Industry Classification System Code (NAICS) 541930. The services are to be provided to the US Military operating on the African continent in the country of Chad. Locations included but are not limited to, N'Djamena and Loumia cities limits. Contractors are requested to provide a price list for the supplies/services listed below under this BPA. This requirement is anticipated but the actual quantity and delivery schedule is unknown at this time. The submission of a price list, or US Government's acceptance of the price list, in the form of a BPA, does not obligate the US Government in any way. If the price list submitted is accepted by the US Government a BPA will be established, against which calls or orders may be placed. Only upon the issuance of a call should the contractor initiate delivery of the supply or service requested in the call. 2.EVALUATION: When establishing these BPAs and evaluating need for annual renewal the Government will consider: price; past performance, where past performance exists. The offeror must submit their price list for Interpreter Services in accordance with the INTERPRETER PRICING SCHEDULE and INTERPRETER REQUIREMENT. Offers must be received no later than 9:00am Central European Time, December 13, 2013. INTERPRETER PRICING SCHEDULE CLIN DESCRIPTION PERFORMANCE PERIOD UNIT RATE LANGUAGEUNIT OF ISSUE12 HOUR PERIOD = Interpreter Day FrenchOne Interpreter $ 3.INTERESTED PARTIES: Any interested party may submit an electronic response to the following personnel via email lucinda.s.archer.mil@mail.mil and justin.w.pellak.mil@mail.mil. Any correspondence relating to this solicitation should have quote mark W56PFY14T0006 CHAD INTERPRETER SERVICES quote mark annotated in the subject field. Questions or concerns shall be received by 3:00pm Central European Time, December 12, 2013. 4.PURCHASE LIMITATION. Each individual purchase made under this BPA shall not exceed the single call limit of $150,000.00. 5.PERIOD OF VALIDITY. This BPA will be established for three year period of performance with the potential for annual renewals extending the performance. 6.INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BPA. The interpreter provider shall honor requests from authorized Contracting Officers from the 414th Contracting Support Brigade, Regional Contracting Office Africa. Calls placed by unauthorized individuals and accepted by the contractor will not be approved for payment. Therefore, it is the responsibility of the contractor to accept only those calls placed against this BPA by an authorized call officer. This authority may not be delegated. The Contracting Officer will notify the contractor of any changes to the call authorization list. A BPA call authorization letter will be issued by the Contracting Officer identifying the full name, rank, title, and dollar limitation of individuals authorized to make calls against this Blanket Purchase Agreement. 7. INDIVIDUAL CALLS. Orders made by the Contracting Officer shall not exceed the single call limit of $150,000.00 and will be confirmed in writing by issuance of a SF 1155 Order for Supplies and Services. This BPA is considered complete and no additional calls are authorized when the purchases under it equal $3,000,000.00 within the period of performance (subject to renewal), or when its stated time period expires without renewal, whichever occurs first. 8.REQUIRED QUANTITIES. The amount of services which will be required during the period covered by this BPA will depend upon the requirements of the US military on site. 9. EXTENT OF OBLIGATION. The US Government is obligated only to the extent of authorized calls placed against this BPA in accordance with the stated terms and conditions. The US Government is responsible only for payment of supplies/services that have been inspected and accepted by the US Government. The Contractor shall provide an invoice conforming to the terms and conditions of this BPA prior to the US Government authorizing payment 10.ORAL CALLS. BPA calls issued orally by Contracting Officers shall not exceed the single call limit of $150,000.00 and will be confirmed in writing by issuance of an SF 1155 Order for Supplies and Services. 11.CONDITIONS OF PERFORMANCE. Only services immediately available will be called and performed under this BPA. Conditions for performance will be specified on each individual call. 12. PRICING. Contractors shall submit a price list for the requested items under this Blanket Purchase Agreement. The Contractor is authorized to submit prices for all or part of the requested items listed in this solicitation. Prices listed shall remain in effect until changed by mutual agreement of the parties hereto, but in no case shall they remain in effect for less than 1 month from the effective of this BPA. The Government must accept the price list for it to be effective under this BPA. Pricing considerations shall include discounts for prompt payment and large volume orders if applicable. 13.SPECIAL CONTRACT REQUIREMENTS. a.Contracting Officer Authority: No changes may be made to the terms and conditions of this contracting action without the explicit written authorization of the 414TH Contracting Support Brigade, Regional Contracting Office Africa assigned Contracting Officer. In the event the Contractor or his employee affects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price under the changes clause or other clause to cover any increase in costs incurred as a result of said change. b. Electronic commerce: In accordance with FAR part two quote mark electronic commerce quote mark definition and FAR sub-paragraph 4.502 (Electronic commerce in contracting policy), the Contractor shall communicate with the government utilizing electronic mail. 14.AWARD a.Respondents whose pricing is deemed to be fair and reasonable, and who otherwise are found to be eligible for award of Federal contracts by not having a record of adverse past performance as discoverable in the Federal Past Performance Information Retrieval System (see http://www.ppirs.gov/) 15.The award form will be an SF 1155 Order for Supplies and Services signed by both the awarded and the Contracting Officer. The agreement will incorporate standard commercial item terms and conditions contained in FAR Clauses 52.212 4 and 52.212 5 which may be read in full using the following webpage: https://www.acquisition.gov/comp/far/. INTERPRETER REQUIREMENT 1.SPECIFIC REQUIREMENTS. The U.S. Government requires linguist support for US military training operations on the African continent in the country of Chad, in and around the N'Djamena and Loumia cities limits. The contractor will provide interpreters capable of providing oral translation, at a sustained rate of up to 100 words per minute. Contractor shall provide interpreters who are fluent in reading, writing and speaking French and English. Fluent is defined as being able to translate 100 spoken words per minute in one language to another. The contractor shall provide interpreter service for twelve (12) consecutive hours. In event the performance exceeds the 12 hour period, the interpreter service will be invoiced as a second Interpreter day of service. 2.CHANGES. The only person authorized to make changes to the BPA is the Contracting Officer. Failure to clear changes in the BPA with the Contracting Officer IN ADVANCE of providing service will result in the Government not being responsible for the charges, and non-payment to the Contractor. Accordingly, the Contracting Officer shall be notified prior to any additional services/performances necessitating modification (that is, those resulting in changes in cost to the Government). The contractor will only accept changes from the 414TH Contracting Support Brigade, Regional Contracting Office Africa assigned Contracting Officer. Purchases or changes from unauthorized persons will result in the contractor not receiving payment for costs incurred. 3.BACKGROUND CHECK. Contractor shall provide the Contracting Officer a written list of personnel, including sub-contractor personnel, who will be conducting work under this Blanket Purchase Agreement. The list shall include full names, birth date, local address and job title for all contracted and sub-contracted employees. The Contractor shall ensure all employees have no negative police reports and have no significant criminal charges that can affect the safety of equipment and personnel assisting with training operations. 4.GENERAL STANDARDS OF CONDUCT. The Contractor shall maintain satisfactory standards of employee competency, conduct, cleanliness, appearance, and integrity. Each Contractor employee is expected to adhere to a standard of conduct that reflects credit on themselves, their employer, and the US Government. The US Government reserves the right to direct the Contractor to remove an employee for the work area and, within 24 hours, such an employee shall be replaced at no additional cost to the Government. 13.1. DISORDERLY CONDUCT. Use of abusive or offensive language, quarreling, intimidation by words, action, or fighting shall not be tolerated. Also included is participation in disruptive activities that interfere with normal and efficient US Government operations. 13.2. INTOXICANTS AND NARCOTICS. The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence of intoxicants, drugs, or substances that produce similar effects, including but not limited to khat. 13.3. CRIMINAL ACTIONS. Contractor employees may be subject to criminal prosecution as allowed by law in certain circumstances. These include but are not limited to the following actions: falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records or concealment of material facts by willful omission from official documents or records; unauthorized use of Government property, theft, vandalism, or immoral conduct; unethical or improper use of official authority or credentials; security violations; and organizing or participating in gambling in any form. 13.4. PERSONNEL HEALTH REQUIREMENTS. All employees shall be in good general health without physical disabilities that would interfere with the acceptable performance of their duties. All employees shall be free from communicable disease. They shall possess normal vision, and shall not be colorblind. In addition, local regulations governing personnel health requirements shall be maintained at all times. 5.POINTS OF CONTACT. The Contractor shall provide a point of contact(s) to interface with the designated Government personnel regarding issues concerning individual call orders. The point of contact shall be available 24 hours a day/seven days a week to respond to US Government requests. 6.SECURITY. 6.1. All Contractor personnel shall be vetted and approved by the US Government. The US Government reserves the right to require additional background/security checks if deemed necessary by the Contracting Officer or the COR. If it is determined at any time during the performance of this BPA that the Contractor is a risk to US Government personnel or property, this determination shall be grounds for immediate termination. 6.2. The Contractor shall advise US personnel if situations arise during conversations that could reflect adversely upon the US Government. The Contractor shall not express their personal views or opinions without the express written approval from the US Government. 6.3. All information to which the Contractor is exposed while in the presence of US Government officials shall be considered confidential in nature and shall not be disclosed to other parties. Contractors shall not discuss US business outside of official forums. Contracted drivers shall not divulge planned routes, trips, or locations. 7.LEGAL. The Government imposes no bonding requirement on this contracting action. The Contractor shall provide any official bonds required, pay an fees or costs involved or related to the authorization for equipping of any employees engage in providing services specified under this BPA if such bonds or payments are legally required by the local government or local practice. 8.EMPLOYEE SALARY BENEFITS. The Contractor shall be responsible for payment of all employee wages and benefits required by host country law or agreements with its employees. The US Government, its agencies, agents, and employees shall not be part of any legal action or obligation regarding these benefits which may subsequently arise. Where local law requires bonuses, specific minimum wage levels, premium pay for holiday, payments for social security pensions, sick or health benefits, severance payments, child care or any other benefit, the Contractor is responsible for payment of such costs. 9.PERMITS. Without additional cost to the US Government, the Contractor shall obtain all permits, licenses, and appointments required for the prosecution of work under this BPA. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. Application, justification, fees, and certifications for any licenses required by the host government are entirely the responsibility of the Contractor. 10.THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS OF THIS BLANKET PURCHASE AGREEMENT. IN THE EVENT THE CONTRACTOR EFFECTS ANY CHANGE AT THE DIRECTION OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE SCHEUDLE PRICE TO COVER ANY CHANGE INCURRED AS A RESULT THEREOF. 11.CANCELLATION PROVISIONS. When the Contracting Officer has determined interpreter service is no longer required, a 24 hour written notice will relieve the US Government from incurring any costs and the service is automatically canceled, without penalty. 12.CLAIMS. Any rescission or reformation of this agreement to correct or mitigate the effect of a mistake shall be treated as a claim under this Blanket Purchase Agreement. The Contractor claims shall be submitted, in writing, to the Contracting Officer for this effort in accordance with FAR 33.206.for a decision within 6 years after accrual of a claim. 13.ACCOUNTING FOR CONTRACT SERVICES. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower including subcontractor manpower required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number(s); (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identify of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; 10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. 14.SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION. 14.1. NON US VENDORS. Prior to issuing a call order under this BPA, vendors should make every attempt possible to register in SAM. The COR or Contracting Officer may assist the contractor in registration if practicable. Vendors can see https://www.sam.gov for registration. See FAR Clause 52.2047, CCR Registration, for additional details. 14.2. US VENDORS. Prior to issuing a call order under this BPA, vendors shall register in SAM. The COR or Contracting Officer may assist the contractor in registration if practicable. Vendors can see https://www.sam.gov for registration. See FAR Clause 52.204-7, CCR Registration, for additional details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/380e4a9eb97a8fd79a8832787bb2d916)
 
Place of Performance
Address: RCO Vicenza (PARC Africa, 414th CSB) UNIT 31401 BOX 33, APO AE
Zip Code: 09630
 
Record
SN03249400-W 20131212/131210234655-380e4a9eb97a8fd79a8832787bb2d916 (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.