Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOURCES SOUGHT

R -- Language Interpreter Services - Market Survey

Notice Date
7/3/2014
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Offices/Boards/Divisions, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, N.E., Suite 8E.300, Washington, District of Columbia, 20530, United States
 
ZIP Code
20530
 
Solicitation Number
DJJI-14-RFP-0881
 
Point of Contact
R. S. Frate, Phone: (202) 307-1928
 
E-Mail Address
r.frate@usdoj.gov
(r.frate@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Base Cities and Hearing Locations Languages by Location List of Languages Draft Statement of Work The Department of Justice is developing an acquisition strategy to provide on-site and telephonic language interpreter services in support of the Executive Office for Immigration Review (EOIR). EOIR administers and interprets Federal immigration laws and regulations through the conduct of immigration court proceedings, appellate reviews, and administrative hearings in individual cases. EOIR carries out these responsibilities through its three main components: (1) The Office of the Chief Immigration Judge (OCIJ), which oversees all the Immigration Courts and their proceedings; (2) The Board of Immigration Appeals (BIA), which hears appeals of decisions made in individual cases by Immigration Judges, Department of Homeland Security (DHS) District Directors, or other immigration officials; and, (3) The Office of the Chief Administrative Hearing Officer (OCAHO), which resolves cases concerning employer sanctions, document fraud, and immigration-related employment discrimination. EOIR currently has seventy-five (75) staff interpreter positions (primarily Spanish). EOIR will rely on contract interpreter services to augment the in-house staff and to provide interpreters for matters involving other languages. These services will be required for immigration court proceedings on an as needed basis throughout the fifty United States, the District of Columbia, and U.S. territories including, but not limited to, the Commonwealth of Puerto Rico, the Virgin Islands, and Guam. It is anticipated that a single contract for language interpreter services will be awarded with a period of performance of one (1) base year and four (4) option periods of one year each. The applicable North American Industry Classification System (NAICS) code is 541930, Translation and Interpretation Services, with a size standard of $7.0 million. This is a market survey for informational purposes only, and shall not be construed as a Request for Proposals (RFP). A draft Statement of Work and related attachments have been included, solely to assist vendors in the preparation of their responses to this market survey; no contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls or other communications about this announcement will be accepted or acknowledged. All responses must be submitted via e-mail in accordance with the following instructions. Responses to the announcement must provide detailed, yet concise information about the company's qualifications and experience in providing language interpreter services within the past three (3) years, including to the Federal Government, if applicable. This information should include contract information, including the contract number, the dollar value, period of performance, current status, and current contract point-of-contact information, including the contact's name, address, telephone number, and e-mail address. Interested parties shall provide statements of capability regarding non-personal, professional language interpreter services that pertain to the set of performance objectives described herein. Sources of innovative, cost-effective, and fully proven language interpreter services are sought, along with descriptions of how, where, and with what success these services have been implemented. The Government will pay particular attention to: 1) vendors' demonstrated ability to manage a language interpreter services contract in an efficient and effective manner, including the vendors' management structure and processes, key personnel qualifications, and resources; 2) vendors' demonstrated ability to direct, monitor, and control multiple assignments for multiple courts under a single contract; 3) vendors' demonstrated ability to deliver high quality language interpreter services (i.e., quality control) throughout the term of the contract; (4) vendors' demonstrated ability to provide Spanish Language interpreters, Common Language interpreters, and Uncommon Language interpreters; and 5) vendor's demonstrated ability to staff the contract in such a way to ensure satisfactory performance, including vendor's demonstrated ability to recruit and place highly qualified language interpreters required for immigration court proceedings on an as needed basis throughout the fifty United States, the District of Columbia, and U.S. territories including, but not limited to, the Commonwealth of Puerto Rico, the Virgin Islands, and Guam and to retain an adequate pool of said qualified personnel. In addition, the response, which shall not exceed twenty-five (25) typewritten pages, must denote the firm's business size status (i.e., large, small; 8(a); small disadvantaged; HUBZone; service disabled, veteran owned; etc.). All responses must be submitted electronically to r.frate@usdoj.gov and must be received no later than July 24, 2014 at 1:00 pm, local time, in Washington, DC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJI-14-RFP-0881/listing.html)
 
Place of Performance
Address: All fifty states, the District of Columbia, and U.S. territories, United States
 
Record
SN03415275-W 20140705/140704000905-52ef8a4990e11e88acaff7c5076ec715 (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.