Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOURCES SOUGHT

B -- Language Interpreter and Translator

Notice Date
10/21/2008
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
 
ZIP Code
26106-5312
 
Solicitation Number
SS-TTB-09-0006
 
Response Due
10/31/2008
 
Archive Date
10/31/2009
 
Point of Contact
Laurie Jackson,, Phone: 304-480-7173, Jane Oney,, Phone: 304-480-8004
 
E-Mail Address
PSB3@bpd.treas.gov, PSB3@bpd.treas.gov
 
Small Business Set-Aside
N/A
 
Description
Request for Information: Subject to final approval, The Department of the Treasury's Bureau of the Public Debt (BPD), on behalf of the Alcohol and Tobacco Tax and Trade Bureau, intends to enter into one or more blanket purchase agreements for translation and interpretation services bureau-wide to be used on an "as needed" basis. The contractor shall provide a full range of Translation and Interpretation Services under one or more Contract Line Item Numbers (CLINs). The contractor(s) must have access to a pool of translators and interpreters who are available on-call to provide the following services as listed below in the "Scope of Work". Contractors shall have a pool of on-call translators and interpreters of sufficient size so as to be able to respond to short turnaround times and unscheduled emergencies. Translation Services: The contractor at a minimum, shall provide written conversions of source texts in one language into target texts written in another language, with the meaning and intent of the original source text (translations) for the following: a. Translation of various documents currently posted on website, as well as, future documents. b. Translation of regulations on alcohol and tobacco into foreign languages to include but not limited to (Chinese, French, Spanish, Russian, Japanese, Italian, German and others as needed). Contractor shall submit with its proposal an inclusive list of all languages for which it provides translation and interpretation services for. Additionally, translate foreign regulations into English. c. Translate presentations such as PowerPoint documents and pamphlets. d. Description and appropriate translation of laboratory equipment that will be useful for laboratory tours given to visiting foreign officials. e. Translation of publications, circulars, etc. to be placed on the foreign language sections of 's website, as well as, for distribution to interested industry members f. Translation of invitations in other languages for industry seminars and events. g. Corroborative documents submitted as part of an application submission or documents obtained during a product integrity or audit, which are in a foreign language and need to be translated into English for the use of the specialist. h. Translation of correspondence from English to other languages for business cards, Thank You Notes, etc. Services shall include documentation by technically qualified and experienced, native-speaking language specialist, proofing, editing, and client consultation for product assessment, glossary development, final production layout and output, in the required media format (i.e., hard copy and/or electronic). Translation must go through a "team approach" with various steps of quality assurance, such as an editor and proofreader verifying the translator's content. There must be at least three "sets of eyes" which must review the translation before being sent for review. In addition, the contractor shall provide comprehensive support services by providing project management, consultation and deliverables. Required fields of expertise include, but are not limited to, the translation of Regulations, Laboratory Equipment, Medical and Technical Documents, manuals, Web Sites, Multimedia, Intranet and Internet, Video, Audio and Software Localization in accordance with the requirements and timeframes established in calls. The contractor shall provide quality multilingual translations that are accurate, clear and are culturally and politically sensitive to the social environment of the target reader/audience. Interpretation Services: The contractor at a minimum shall provide support services to Directorates by providing oral multilingual interpretation for the following: a. Simultaneous interpretation of computer-assisted meetings, conferences, seminars, briefings (e.g. in person, face-to-face, or through Internet conferencing tools such as WebEx) with foreign negotiators and/or officials. b. Simultaneous interpretation for the Advertising, Labeling, and Formulation Division (ALFD) and the National Revenue Center (NRC) callers through phone services. Each call requiring this type of interpretation shall state whether this service is immediate or scheduled. Foreign language speakers could call a 1-800 number and speak with an interpreter who would relate information from ALFD and NRC specialists. c. Simultaneous interpretation for seminars and events. Services shall be performed by professional and experienced interpreters that possess demonstrated proficiency levels that range from the ability to speak the language with sufficient structural accuracy and vocabulary, to participate effectively in most formal and informal conversations on practical, social and professional topics, at a minimum. The maximum proficiency level shall demonstrate that of a highly articulate well-educated native speaker which reflects the cultural standards of the country where the language is natively spoken. All calls received will specify the language requirement, location, dates and times and any certification or accreditation, and security requirements necessary. The contractor shall provide consultation and planning assistance, where needed, for conference/meeting interpretation services to determine interpretation team requirements and equipment requirements, when necessary. Incidental items may include equipment requirements. The contractor shall be required to confirm availability and acceptance of specified tasks for scheduling purposes. Language Instruction Services: On an as needed basis, the contractor shall provide language instruction services. Languages: The contractor shall provide an inclusive list of languages available for interpretation and translation services. The contractor, at a minimum, shall offer translation/interpretation of the following languages: a. Chinese b. French c. Spanish d. Russian e. Japanese f. Italian g. German NOTE: Information to audiences would ideally be written in a "neutral" Spanish for website information. Similarly, information for Chinese speakers would be country-specific (e.g. Simplified Chinese for China and Traditional Chinese for Taiwanese). Glossary of Terms and Translation Memory Software Files: The contractor shall provide with a "glossary of terms" and "translation memory" software files for each translation service provided. The "glossary of terms" and the "translation memory" software files will become the property of the government once drafted and completed. Once a project has been completed, the contractor shall transfer the subject terms and files. Equipment Requirements: The contractor shall be required to provide the necessary equipment (e.g., microphone sets, sound proof booths, etc.) based on the services requested. Therefore, the contractor shall submit with its proposal a detailed price list of various types of translation/interpretation equipment that may be requested depending upon the call issued. 1. The name and location of your company, contact information and identify the company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service disabled veteran owned small business, or 8) other than small business 2. Provide information that clearly indicates your capability to meet the above requirements. The name and contact information for customers, current or previous, for which you have provided services similar to the ones that we require. No solicitation document is available. The Bureau of the Public Debt will consider all affirmative responses received no later than ten days after publication of this notice. Affirmative responses shall be accompanied by sufficient documentation to clearly show the ability to provide the requirement, at terms more advantageous to the Government. A request for more information will not be considered an affirmative response. Point of Contact: PRIMARY: Laurie Jackson, Contract Specialist: Tel: 304-480-7173 // Fax: 304-480-7204 // psb3@bpd.treas.gov ALTERNATE: Jane Oney, Contracting Officer: Tel: 304-480-7111 // Fax: 304-480-7204 // psb3@bpd.treas.gov Electronic submissions, in response to the RFI, shall be sent to the attention of Laurie Jackson and e-mailed to psb3@bpd.treas.gov. Electronic submissions must be received no later than 2:00 PM ET, Friday, October 31, 2008. Please note that an RFQ document is not available at this time. The vendor must identify their business size classification (i.e. SDVOSB, 8(a), Woman-owned), as well as provide any available contract vehicles, such as GSA Schedule. Dependent upon the results of this market survey, may subsequently issue a Request for Quote (RFQ) to acquire the support services. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. You may respond by fax to (304) 480-7204 or e-mailing psb3@bpd.treas.gov. Other Information: The information being requested is for planning purposes. The Government does not intend to award a contract or otherwise pay for the information requested. will assess the ability of the market to meet the needs as stated above, based on the information received. The vendor must identify their business size classification (i.e. SDVOSB, 8(a), Woman-owned), as well as provide any available contract vehicles, such as GSA Schedule. Dependent upon the results of this market survey, may subsequently issue a Request for Quote (RFQ) to acquire the support services. Electronic submissions, in response to the RFI, shall be sent to the attention of Mindy Wargowsky and e-mailed to psb3@bpd.treas.gov. Electronic submissions must be received no later than 2:00 PM ET, Friday, August 24, 2007. Please note that an RFQ document is not available at this time. Information Desires from Vendors: would like information (no more than 6 pages) on Idea maintenance and support that will maintain the existing software (80 licenses), for a base and three option years.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13c076f52c5ac14f317d3c3258aa0904&tab=core&_cview=1)
 
Record
SN01694310-W 20081023/081021220804-173391f10e9038e91af04568e2ba249f (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.