Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1999 PSA#2342

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

R -- TRANSLATION SERVICES (WRITTEN) SOL N00604-99-R-0013 DUE 051899 POC Amy Dahlin E-MAIL: Contact contract specialist, amy_l_dahlin@pearl.fisc.navy.mil. 1. TRANSLATION SERVICES, FOR COMMANDER IN CHIEF, U.S. PACIFIC FLEET (CINPACFLT). Solicitation N00604-99-R-0013 DUE 18 May 1999, 1:00 p.m. Hawaiian Standard Time (HST). Point of Contact: Amy Dahlin, 808/473-7516, Contract Specialist; Robert S. Kay, Contracting Officer. 2. See numbered note #1; all responsible sources may submit a proposal. 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. 4. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation Number N00604-99-R-0013 applies and is issued as a Request for Proposal. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-13. 6. The standard industrial code is 7389 and the business size standard is $5 million. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price supply contract resulting from this solicitation. 8. Contract Line Iitem (CLIN) 0001: Quantity-1 Lot, Item description: Written translation of EXTAC 1000 into six (6) languages: Mandarin Chinese (mainland), Russian, Malay, Thai, Vietnamese, and Khmer (Cambodian) including all text, charts, tables and figures. Original document is approximately 251 pages (sample pages available from POC stated herein). CLIN 0002: Quantity-1, Item Description: Progress Report (Not Separately Priced). 9. Please submit proposed prices for the translation of EXTAC 1000 into each of the six languages. Proposed pricing structure is available in handout available from POC stated herein. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 10. STATEMENT OF WORK:(a) OBJECTIVE: To ensure a standardized set of exercise and operating procedures and techniques is available to Pacific region navies through translation of Experimental Tactics (EXTAC) publications. (b) SCOPE: This contract will require translation of one publication, EXTAC 1000 (Maritime Maneuvering and Tactical Procedures) into six Asian regional languages, and incorporate existing publication figures and tables. Translation will be made into Thai, Mandarin Chinese, Russian, Malay, Vietnamese, and Khmer (the language of Cambodia). (c) DELIVERABLES: The deliverables to CINCPACFLT are: (i) Electronic media copies if EXTAC 1000 (Maritime Maneuvering and Tactical Procedures) translated into Thai, Mandarin Chinese, Russian, Malay, Vietnamese, and Khmer, including translation of all existing publication figures and tables. In addition, the index will be arranged alphabetically in a manner appropriate for the translated language. These translated copies will be delivered on Zip drive disks in a Microsoft Word compatible file format. (ii) One paper copy of each translated publication; one copy each of EXTAC 1000 translated into Thai, Mandarin Chinese, Russian, Malay, Vietnamese, and Khmer. (iii) Foreign language fonts used in document production and code pages used on operating system I necessary to view translation. (iv) A monthly/mid-way written report on progress shall be given to CINCPACFLT N5, Director for Plans and Policy. This report will summarize progress in the translation effort, identify amount of translation remaining to complete the effort, and give an updated estimated completion date. Contract Data Requirements List (CDRL) and Data Item Description (DID) sheets for the deliverables are available from the POC stated herein. (d) TIMELINE: The following timeline for specific deliverables should assist the contractor in establishing their plan of action. This timeline should not in any way constrain the contractor from performing translation before the dates provided below. (i) Delivery date (est.) to Contractor for Government materials to be translated: 14 Jun 99. (ii) Contractor Progress reports on translation effort: (est.) 21 July 99 (One month after delivery of materials to be translated). (iii) Delivery date of all final deliverable translated materials: (est.) 09 August 99 (Two months after delivery of materials to be translated). (e) LEVEL OF EFFORT: The appropriate level of effort will be required to ensure that this project is completed on or before the assigned target date, with a high level of accuracy in translation. (f) PRIVACY AND SECURITY: The materials to be translated will be UNCLASSIFIED. No security clearance will be required of contractor personnel. Work will take place at the contractor's venue. (g) GOVERNMENT FURNISHED RESOURCES: The government will provide electronic copies ( on Zip drive disk with text in ASCII file format and figures/tables in GIF file format) and paper copies of materials to be translated, and Zip drive disks for delivery of the final product. The contractor will provide the workplace and all other necessary equipment and software. 11. Delivery is required within: (a) Approximately one month after receipt of Government-Furnished materials for the Progress Report and, (b) approximately two months after receipt of Government-Furnished materials (approx. 09 August 1999). Final product to be delivered FOB Destination to: Commander in Chief, U.S. Pacific Fleet, Code N513, Attn: CDR M. Yarnoff, Pearl Harbor, HI 96860-7000. Acceptance shall be made at destination. 12. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to Paragraph (b)(10), Past performance- Delete entire paragraph. Substitute "Past Performance will not be evaluated but will be used as a factor in determining responsibility. Offerors shall provide the names and numbers of three (3) references that the company has provided same or similar services. Three (3) references shall also be provided for the individual translators in each language on work performed in that language. (Reference sheets may be obtained from the POC stated herein). Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation." (B) The provision at FAR 52.212-2, Evaluation Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations of Subcontracting; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (808) 473-5750 or (808) 473-3844. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (b), The following DFARS clause is incorporated by reference: 252.247-7024, Notification of Transportation of Supplies by Sea. 13. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.203-2, Certificate of Independent Price Determination; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.247-7022, Representation of Extent of Transportation by Sea. 14. In addition to the above, the following FAR provisions and clauses apply: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-6, Restrictions of Subcontractor Sales to the Government; 52.204-4, Printing/Copying Double-Sided on Recycled Paper; 52.212-4, Contract Terms and Conditions Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-11, Extras; 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; 52.245-1, Property Records; 52.245-4, Government-Furnished Property (Short Form); 52.246-15, Certificate of Conformance. 15. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; 252.204-7004, Required Central Contract Registration; DFARS 252.247-7023, Transportation of Supplies by Sea. 16. Proposals must be received no later than 1:00 p.m. HST, 18 May 1999. Proposals should be mailed to: Fleet and Industrial Supply Center, Regional Contracting Department (ATTN: Amy Dahlin, Code 201A.AD), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750 or 808/473-3844. Posted 05/06/99 (W-SN328780). (0126)

Loren Data Corp. http://www.ld.com (SYN# 0065 19990510\R-0007.SOL)


R - Professional, Administrative and Management Support Services Index Page