Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOURCES SOUGHT

W -- Simultaneous Interpretation Equipment & Services

Notice Date
3/9/2010
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA09R0361A
 
Archive Date
4/8/2010
 
Point of Contact
Frederick J. Washington, Phone: 703*284-1926
 
E-Mail Address
washingtonfj@state.gov
(washingtonfj@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this sources sought notice is to conduct a market research of the current marketplace to determine the degree of interest and capabilities of U.S. Small Business in providing professional multichannel equipment and services for simultaneous interpretation equipment for the U.S. Department of State’s need domestically and overseas. The Department of State intends to solicit and award a Firm-Fixed-Price, Requirements type of contract, with economic price adjustments for Department of State domestic and international use. The NAICS code for these services is 541930. If your company is interested in being a part of this market research, please provide the U.S. Department of State a copy of your company’s corporate capability statement that includes the following background experience information of your company as follows: CRITICAL EQUIPMENT COMPATABILITY (Please note: Most DoS Simultaneous Interpretation equipment is DIS/Brahler) a.Will your Infrared (IR) transmitters be able to interface with existing United States Department of State (DoS) permanently-installed and field infrared radiator panels to permit language transmission to DoS equipment? Offeror must be able to demonstrate plug-and-play ability to transmit 32 language channels using DoS-owned IR radiators and receivers. b.Will your Infrared (IR) radiators must be compatible with DoS permanently-installed and field equipment? Offeror must be able to demonstrate plug-and-play ability to transmit up to 32 language channels to DoS-owned IR receivers. c.Will your Interpreter consoles be compatible with DoS permanently-installed and field equipment? Offeror must be able to demonstrate plug-and-play ability to interface with existing DoS interpreter control systems. d.Will your Congress microphone power supplies be compatible with DoS permanently-installed and field equipment? Offeror must be able to demonstrate plug-and-play ability to interface with existing DoS microphone power supplies. e.Will your Congress microphones be compatible with existing DoS permanently-installed and field equipment? Offeror must be able to demonstrate plug-and-play ability to interface with existing DoS congress microphones. f.Will your Digital systems interface unit be compatible with existing DoS systems? Offeror must be able to demonstrate plug-and-play ability to interface with existing DoS digital systems? g.Will your Congress management software be compatible with existing DoS systems? Offeror must be able to demonstrate ability to control existing DoS congress systems? h.Will your Video Assist be able to interface with existing DoS permanently-installed and field equipment to transmit high quality video signals to the interpretors? Video cameras must be able to demonstrate plug-and-play ability to video switchers to be able to use video assist transmission. AVAILABILITY a.Do you have DC-area warehouse and technical staff able to respond to urgent requests for rental interpretation and video assist equipment and technical services within four (4) hours? b.Do you have a DC-area facility providing on-site service and in-shop repair? c.Do you own equipment capable of transmitting 32 languages stored in their DC-area facility and available for rental? d.Do you have rental and installation personnel able to obtain non-escorted clearances in order to work in the DoS? e.Do you have a successful record of providing interpretation and video assist equipment and technical support both in the United States and abroad for meeting at the highest level, including G-8 and G-20 Summits? f.Do you have local DC-area technical personnel capable of repairing the existing interpretation and video assist systems installed at DoS? g.Do you have local DC-area technical personnel capable of on-site installation interpretation and video assist systems? h.Do you have a world-wide network capable of providing interpretation and video assist equipment and technical support for interpretation associated with presidential travel? These requests are usually short notice and responses must be received within twelve (12 hours) or less. Key Personnel and Resumes DoS will evaluate the offeror’s resumes for the management, supervisory and technical personnel. All resumes should show the number of years associated with using, selling, repairing or working with the equipment shown in this solicitation. Past Performance Past performance information, (At least two Government Agencies and two Commercial Firms). Capability statements should include relevant past performance information of professional multichannel equipment and services for simultaneous interpretation equipment. We request that interested and qualified businesses submit their capability statements within the limitation of ten (10) pages (electronic submissions are welcome) to the Contracting Officer, Frederick Washington via e-mail address washingtonfj@state.gov, by 2:00 p.m. eastern standard time on 24 March 2010. If you have any questions or comments, you may contact Frederick Washington at (703) 284-1926 or washingtonfj@state.gov. Please reference this Sources Sought Notice when calling or emailing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA09R0361A/listing.html)
 
Place of Performance
Address: Washington D.C. and Various locations around the world., United States
 
Record
SN02086268-W 20100311/100309234319-2c3d5df2b64ec01890a8fb7e90e36ea7 (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.