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