DOCUMENT
R -- Interpreting Services - Draft Statement of Work
- Notice Date
- 6/13/2008
- Notice Type
- Draft Statement of Work
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003
- ZIP Code
- 20816-5003
- Solicitation Number
- HM157608T0044
- Archive Date
- 7/11/2008
- Point of Contact
- Joey E Larman, Phone: (301) 227-6934, Kathleen F. Hawes, Phone: (703) 755-5575
- E-Mail Address
-
joey.larman@nga.mil, kathleen.f.hawes@nga.mil
- Small Business Set-Aside
- N/A
- Description
- NATIONAL GEOSPATIAL INTELLIGENCE AGENCY Acquisition & Source Directorate Support Office 13 June 2008 MEMORANDUM FOR CONTRACTORS SUBJECT: Request for Information (RFI) for NGA Interpreting Services in the greater Washington, D.C. and/or greater St. Louis, MO areas 1. INTRODUCTION It is the National Geospatial Intelligence Agency’s (NGA’s) intention to acquire Interpreting Service support for the NGA Deaf and Hard of Hearing (D/HH) Community located in the metropolitan Washington, D.C. area and/or the greater St. Louis, MO area starting in the second quarter of Government Fiscal Year 2009. The period of performance will be one year from date of award. The contract will have four additional one-year optional periods of performance. The Government reserves the right to award one or more contracts, an IDIQ contract, and/or a hybrid type contract whichever is determined to provide the best support for the NGA’s D/HH Community. 2. PURPOSE This document serves as the RFI of the contractor community. Responses to this RFI will be assessed to identify sources that are considered best qualified to meet future requirements. Best qualified sources are those sources which demonstrate the greatest depth and breadth of skills, experiences, and knowledge. All potential offerors will be provided a copy of the Bidder’s List and invited to any scheduled Bidder’s Conferences. Teaming is encouraged. It is not NGA’s intent to preclude companies that express an interest; rather the Bidder’s list will enhance teaming opportunities. The government intends to issue a draft request for proposal (RFP) after reviewing responses to this RFI. 3. BACKGROUND NGA has a significant community of D/HH employees who are vital to supporting the NGA mission. These employees rely on varying degrees of interpretation support. Potential offerors should be prepared to propose personnel with the following qualifications: 1. Personnel must either have Top Secret/SCI clearances or be clearable. 2. Personnel must have fluency in various modes of sign language and be able to adequately interpret and transliterate between American Sign Language (ASL)/other modes of sign language and English. 3. Personnel who are willing to travel as there is expected to be some CONUS and OCONUS travel. NOTE: NGA is considering the implementation of a Small Business Security Clearance Pilot Program if applicable. The emphasis is to allow small businesses the opportunity to propose on NGA solicitations at a Top Secret clearance level and provide a limited number of pre-award NGA clearance sponsorship to companies determined to be a viable sources based on their response to this RFI. This Pilot Program is to assist small business personnel in obtaining a NGA TS/SCI Security Clearance within an approximate 90-day timeframe, enabling cleared personnel to start work upon award or shortly thereafter. Qualified small businesses must have the required capabilities and technology to support NGA’s interpreting services requirements. The mission of NGA is to provide timely, relevant, and accurate geospatial intelligence in support of national security. The mission of the offeror(s) selected for award of any contracts awarded as a result of any RFP subsequest to this RFI is to provide interpreting support to a vital group of NGA employees to facilitate their performance. 4. ANTICIPATED SCOPE OF WORK Interpreting tasks are expected to include, but not be limited to, support in the St. Louis, MO area, Arnold, MO, Bethesda, MD, Reston, VA, Ft. Belvoir, VA, Washington, DC, as well as temporary duty assignment (TDY) and deployment assignments support as required. In addition, the NGA will be relocating East Coast operations to New Campus East by Fort Belvoir between 2010 and 2012. TDY support may be throughout the United States. The RFP will include an option for OCONUS TDY travel and deployment assignments which may include hazardous war zone areas. It is anticipated that a minimum of five (5) Full-time Interpreters and one (1) part-time Interpreter with TOP SECRET//SCI-cleared personnel for the Greater St. Louis, MO area and four (4) Full-time Interpreters and one (1) part-time Interpreter TOP SECRET//SCI-cleared personnel for the Greater Washington, D.C. area meeting the requirements of the SOW and possessing skills will be needed to fulfill NGA requirements. Intermittent Interpreting support will also be required on an as-needed basis to supplement on-site interpreting support. The draft SOW is attached. Optional effort- NGA has a requirement for TOP SECRET//SCI cleared personnel to provide Computer Aided Real-Time Transcription (CART) Services on a frequent, but intermittent basis for various meetings and trainings in the St. Louis, MO area. Occasional CART services may be required in the Washington, DC area on a less frequent basis. (This may be the subject of a separate procurement, the government will make a determination after reviewing RFI responses.) 5. INFORMATION DESIRED It is requested that interested and qualified sources respond with a capability synopsis broken into the following sections: a. Relevant Corporate Knowledge/Experience • Identify a minimum of two (2) relevant contracts held within the last three (3) years, to include i. Contract number and awarding Agency/Office; ii. Contract value and number of personnel utilized; iii. Identification of subcontractors; iv. The name, addresses, commercial and DSN voice and fax phone numbers, and unclassified and classified email addresses of the Contracting Officer and the Contracting Officer’s Technical Representative for each relevant contract submitted. • Describe the specific nature of the support provided and explain why it is relevant. • Describe how corporate knowledge/experience gained through contract performance could be of benefit to NGA in the future. b. Relevant Employee Skills/Experience • Identify and describe specific skills and experiences of company employees that are relevant to supporting the mission of NGA and specially identify the skills that would benefit the D/HH community. • Explain why skills and experiences are relevant. • Describe how employee skills and experiences could benefit NGA in the future. c. Personnel Availability • Provide a short narrative addressing availability of personnel as follows: • Describe the availability of Part and Full-time Interpreters with TOP SECRET//SCI-cleared personnel for the Greater St. Louis, MO area and Part and Full-time Interpreters with TOP SECRET//SCI-cleared personnel for the Greater Washington, D.C. area meeting the requirements of the SOW and possessing skills needed to fulfill NGA requirements. • If cleared personnel are not available, explain how your company would arrange to cover both the daily on-site interpreters and intermittent interpreting support (IE subcontracting, etc.). Describe your corporate plan for recruiting and retaining cleared personnel. State whether you require a signed conditional offer of employment for employees that you include in a proposal but are not yet employed by the company. • Explain how your company would cover/provide intermittent interpreting support. • Explain how many company employees employees (IE personnel whose taxes, insurance, and worker's compensation is paid for by the company) and/or independent contractors you would propose for this effort. • The government does not intend that all cleared personnel will be required on day one, there will be some ramp up time if required, d. Personnel Clearances- Fill out the attached matrix to identify any clearances that your qualified personnel possess, indicating the number of personnel under the level of clearances. Top SecretTS w/SCI Clearances e. Intention to Bid/Indication of Interest • State if your company would bid on-site daily support, intermittent support, both on-site and intermittent, and/or CART services under intermittent support. • Would your company bid to offer support in each of the following areas? (Note the SOW will define TDY and deployment.) i. Greater Washington, D.C. area ii. Greater St. Louis, MO area iii. CONUS TDYs to be defined as required iv. OCONUS TDYs to be defined as required v. OCONUS Deployment vi. CONUS Deployment for NGA NDDT program (Hurricane Katrina type support, etc.) f. Potential Teaming Arrangements and/or Recommendations regarding partial set aside for small business (if applicable) • Describe whether your company would intend to fulfill NGA requirements alone, or whether either a teaming arrangement or subcontracts would be anticipated. • The Government recognizes that one contractor may or may not possess all the necessary knowledge, skills, personnel and experience needed to fulfill future Statement of Work objective. Describe any recommendations for a split award or some set aside effort(s). If recommending a set aside, demonstrate understanding of the Limitation on Subcontracting FAR Clause 52.219-14, and how this requirement would be met. • Explain how knowledge or experience gained through teaming will benefit NGA. g. Potential Organizational Conflicts of Interest (if applicable) • Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated. h. Recommended Source Selection Criteria and solicitation comments (Optional Section) • Should the Contractor believe that a specific contract type/structure would be more advantageous to the Government; the Contractor is encouraged to identify the contract type/structure and explain the benefits to the Government. • Recommend future evaluation criteria (solicitation Section M) for award relevant to this acquisition • Suggest preferred methods to motivate performance including but not limited to award fee, award term contract, or performance based. • Please indicate if your company can support CART (Computer Aided Real-Time Transcription) services. • The government would be interested in your recommendations for additional services/technology to support the D/HH community. i. Please indicate if you have a GSA schedule for Interpreting Service support for Deaf and Hard of Hearing (D/HH) and provide the schedule number if applicable. It should be noted that costs associated with the preparation of a capabilities synopsis shall not be paid for by the Government. 6. ANTICIPATED ACQUISITION MILESTONES The Government anticipates the release of a draft Request for Proposal on or about 7 July 2008. The draft RFP will be posted on the FedBizOps. The Government anticipates the release of a final version of the RFP on 8 August 2008. All offerors, including subcontractors, will be required to submit fully auditable proposals with full cost documentation. The Government intends to award prior to 15 Nov 08, with a contract start date of 01 Jan 09. 7. SUBMITTAL INSTRUCTIONS All synopsis documents submitted in response to this survey are to be received no later than 1600 Eastern Standard Time (EST) on 26 Jun 08. Each respondent is to ensure that detailed point-of-contact information is included in the response. To aid government review, submissions are limited to no more than 15 pages. A page is defined as each face of an 8-1/2 X 11 inch sheet with information contained within an image area of 7 X 9 inches. Type size shall be 12-point proportional font. Briefings and/or briefing charts in lieu of written responses are not acceptable. Respondents should provide their synopsis in both hardcopy and softcopy form. Respondents are to provide one (1) original and four (4) duplicate hardcopies, plus one (1) softcopy submission. Softcopies shall be submitted via email. The respondent shall also screen all emails for computer viruses prior to submittal. Responses should be delivered to the following address: National Geospatial-Intelligence Agency Mail Stop P-065 12310 Sunrise Valley Drive Reston, VA 20191-3449. Attn: Mr. Joey Larman/Ms. Kathleen Hawes Kathleen.F.Hawes@nga.mil Or Joey.Larman@nga.mil The Government is not obligated to review responses to this survey received after the aforementioned date. Please note that the RFI is for information purposes and may not be used in the preparation of Government requirements. 8. BIDDERS CONFERENCE The Government intends to conduct a Bidders Conference after the final RFP is released. The location(s) is to be determined.. 9. QUESTIONS Interested parties shall be registered via the Central Contractor Registration (CCR) database. Registration information for the CCR is located at the following website: http://www.ccr.gov/. CCR registration is mandatory. The NAICS code is 541930 (does not include CART). All general, contractual, and technical questions are to be sent to Joey Larman and Kathy Hawes via e-mail prior to the due date for the response to this RFI. Valid questions submitted will be posted (without reference to the company submitting the question) with the answers to FedBizOps for all interested parties to review. The Government will endeavor to respond to all valid questions submitted. 10. POINTS OF CONTACT Contractual: Ms. Kathleen Hawes 703-755-5575 Kathleen.F.Hawes@nga.mil Or Joey Larman 301-227-6934 Joey.Larman@nga.mil Technical: Lauren M. McCann 301-227-7873 Lauren.McCann@nga.mil (email preferred) Kathleen F.S. Hawes Contracting Officer
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3489db7f86523fc541e9ae615d04643&tab=core&_cview=1)
- Document(s)
- Draft Statement of Work
- File Name: Draft Statement of Work (Consolidated_SOW_13Jun2008_Draft.doc)
- Link: https://www.fbo.gov//utils/view?id=1c514c5b6bfb39aaa8ee29fde60d91af
- Bytes: 91.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Draft Statement of Work (Consolidated_SOW_13Jun2008_Draft.doc)
- Record
- SN01593162-W 20080615/080613215858-b3489db7f86523fc541e9ae615d04643 (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 |