Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

R -- Linguist Services

Notice Date
5/12/2011
 
Notice Type
Presolicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-11-R-0026
 
Archive Date
6/15/2011
 
Point of Contact
Rebecca Stegall, Phone: 202-307-1323, Lisa A Taylor, Phone: 202-307-7820
 
E-Mail Address
rebecca.v.stegall@usdoj.gov, lisa.taylor2@usdoj.gov
(rebecca.v.stegall@usdoj.gov, lisa.taylor2@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
The Drug Enforcement Administration (DEA) has a requirement for contract personnel to provide translating, transcription, and interpreting services, as well as provide information technology (IT), technical, and network support. The contractor's personnel shall transcribe, translate, review and analyze both domestic and foreign communications, provide database data entry services, file source documents into investigative files, and provide documentation and systems recommendations when necessary to ensure, preserve and protect the continuity of investigations. Additionally, technical support personnel are required to electronically process information collected during the course of investigations, and to provide technical logistics in support of those investigations. These services will be used to develop, implement, and evaluate several types of informational databases. The work shall be primarily performed in the Washington, DC Metropolitan Area. Since the Statement of Work is classified, the following apply: In order for a source to be eligible for this requirement, they must: • Have a current facility security clearance (FCL) at the Secret level and provide documents to support this clearance when responding to the solicitation. • Demonstrate the ability to provide personnel who currently have or are capable of receiving a secret level or higher security clearance. • Demonstrate the ability to provide a courier for classified documents with a current and active government security clearance at the secret level. Please refer to the National Industrial Security Program Operating Manual (NISPOM) Section 4 Part 5-403. • Possess a safe at their facility to store controlled documents. The Statement of Work and related sections will be made available only to those who demonstrate proof that they currently meet these stipulations when replying to this synopsis with their Statement of Capabilities. A redacted version of the solicitation will be posted on fbo.gov website on or about June 15, 2011. The Government anticipates awarding an ID/IQ contract with fixed labor rates. The proposed contract period of performance will be from date of award through 365 days with four, twelve-month option periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-11-R-0026/listing.html)
 
Place of Performance
Address: The work shall be primarily performed in the Washington, DC Metropolitan Area., Washington, District of Columbia, United States
 
Record
SN02446802-W 20110514/110512235047-716f9645418f56100be2cae5e3f05ac8 (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.