Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
MODIFICATION

R -- ASL Services - Amendment 5

Notice Date
7/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17R0202
 
Archive Date
6/15/2017
 
Point of Contact
JoAnn Stewart, Phone: 7038756646, Reaver T. Clements, Phone: 703-875-5077
 
E-Mail Address
stewartj@state.gov, clementsrl@state.gov
(stewartj@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SAQMMA17R0202 - Revised Subject: Solicitation No. SAQMMA17R0202 In accordance with FAR section 15-206 - Amending the Solicitation the Government terms and conditions have change and require an amendment to the above subject solicitation. The following information (i.e. RID: MCSC, CSC, CI/CT, NIC-M, NIC-A, NIC or NAD: NAD-V; or Certified CART Providers [CCP] through the National Court Reporters Association) has been updated on the following pages as listed below. P. 09 of 73 - General Requirements P. 10 of 73 - # 1 - It should read: 1. A total of ten (10) full time employees; to provide non-cleared and/or cleared, who are certified through RID: MCSC, CSC, CI/CT,NIC-M, NIC-A, NIC or NAD: NAD-V; or Certified CART Providers [CCP] through the National Court Reporters Association; P. 13 of 73 - Desired Qualifications - Certified through a national certifying body. P. 67 of 73 - Requirements section number 1. P. 68 of 73 - Technical Methodology 4th bullet (sub bullet one) p. 69 of 73 - Key Personnel - Throughout - See corrections listed above. P. 71 of 73 - Technical Methodology - Bullet 7 p. 71 of 73 - Key Personnel Bullet 1, 2, 3 On Page 67 of 73 under Requirement - # 1 - 5 was revised and replaced with # 1-5 of page 10 as stated below: 1. A total of ten (10) full time employees; to provide non-cleared and/or cleared, who are certified Through RID: MCSC, CSC, CI/CT, NIC-M, NIC-A, NIC or NAD: NAD-V; or Certified CART Providers [CCP] through the National Court Reporters Association; 2. Two (2) of them shall have a security clearance of TS or TS-SCI with a minimum of 3+ years of experience with a technical knowledge in the areas of Information Technology, Human Resources, Finance and Budget, Forensics, Document examination; 3. Two (2) others of the ten (10) full time employees of the Offeror shall be available to accept assignments world-wide on extended 90+ days of Temporary Duty, who possess a valid passport with greater than six (6) months prior to expiration from the date of potential travel. 4. Except for the required Offerors (Interpreters/CART reporters) the Administrative or Program staffing are not defined by the Government beyond what personal are necessary for the Offeror to effectively execute and manage the contract which should be addressed in the Offerors Organizational chart. 5. Shall possess a current facility clearance. On page 69 of 73 under Key Personnel Bullet three - is replaced with: A total of ten (10) full time employees; to provide non-cleared and/or cleared, who are certified through RID: MCSC, CSC, CI/CT,NIC-M, NIC-A, NIC or NAD: NAD-V; or Certified CART Providers [CCP] through the National Court Reporters Association; Two (2) of them shall have a security clearance of TS or TS-SCI with a minimum of 3+ years of experience with a technical knowledge in the areas of Information Technology, Human Resources, Finance and Budget, Forensics, Document examination; Two (2) others of the ten (10) full time employees of the Offeror shall be available to accept assignments world-wide on extended 90+ days of Temporary Duty, who possess a valid passport with greater than six (6) months prior to expiration from the date of potential travel. Bullet 8 - has been removed Page 71 of 73 - Key Personnel - Bullet 3 - Replace with A total of ten (10) full time employees; to provide non-cleared and/or cleared, who are certified through RID: MCSC, CSC, CI/CT,NIC-M, NIC-A, NIC or NAD: NAD-V; or Certified CART Providers [CCP] through the National Court Reporters Association; Two (2) of them shall have a security clearance of TS or TS-SCI with a minimum of 3+ years of experience with a technical knowledge in the areas of Information Technology, Human Resources, Finance and Budget, Forensics, Document examination; Two (2) others of the ten (10) full time employees of the Offeror shall be available to accept assignments world-wide on extended 90+ days of Temporary Duty, who possess a valid passport with greater than six (6) months prior to expiration from the date of potential travel. You may desire to revise your proposal based on the above reflected revisions. Ensure any revision to your proposal is prepared in accordance with the Section L proposal preparation instructions contained in the subject solicitation. Also your proposal must include a statement that your proposal is valid for a period of 60 calendar days from the date established for receipt of your proposal revision. Submit your proposal revision to the attention of: stewartj@state.gov Submissions received after the date and time set forth below will be late and considered only in accordance with the Federal Acquisition Regulation Provision 52.215-1 titled "Instructions to Offerors - Competitive Acquisition" specified in the subject solicitation. The due date for receipt of your proposal revision is August 2, 2017 by Noon EST prepared in accordance with the following instructions: 1. Include signed copy of model contract by an authorized representative of your company. Ensure you complete the fill-in all requirements CLINs cleared and non- cleared of Attachment A - Pricing Schedule of the proposed contract. Please note that any changes made subsequent to the solicitation issued on April 7, 2017 have been incorporated. 2. Changes must be clearly identified and traced back to either the initial proposal(s) submitted. 3. Copies of revisions, if any to your technical or cost proposals. Pages may be substituted so long as the maximum numbers of pages specified in the solicitation are not exceeded and proposal format and type size restrictions are complied with. Clearly identify the changes contained in any replacement page(s) to your original technical or cost proposals which were submitted in response solicitation. Be advised that changes included in your proposal revision that are not fully substantiated or understandable may have a negative impact on the evaluation of your proposal. The Government intends to make award without further revisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17R0202/listing.html)
 
Place of Performance
Address: Department of State metropolitan area and overseas locations, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN04584285-W 20170720/170718235203-1e79eeb5f677124a2834bdaf801dd676 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.