SOURCES SOUGHT
R -- Linguist with Facility
- Notice Date
- 9/1/2011
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- 288-0002-12-RFI-Rev
- Archive Date
- 10/4/2011
- Point of Contact
- Bruce Edwards, Phone: 7032758600
- E-Mail Address
-
bruce.edwards@dodiis.mil
(bruce.edwards@dodiis.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Request for Information This Request For Information (RFI) is not a Request of Proposal or Quotes. This is for Market Research purposes only. The Government anticipates acquiring services under NAICS Code: 541930 and FSC/PSC: R608, Translation and Interpretation Services, with the resulting Vender also providing the necessary facility. The Government has a need to determine whether or not there are qualified Small Businesses capable of providing the services and facility. The nature of the effort will involve services of a qualified contractor to provide 24-hour, seven days a week, linguistic support for interpretation, translation, media and document exploitation, and related intelligence operations program support, including management of personnel and related functions and a response center for non-normal duty hours. The Place of Performance will be a contractor provided facility, see below for additional information. Language requirements will include, but not be limited to: low-density languages including Arabic, Farsi, Dari, Pashto, Urdu, and Somali. Other languages that may be required include, but not limited to: Spanish, German, French, Russian, Ukrainian, Uzbek, Swahili, Turkish, Azeri, Uighur, Tajik, Albanian, Chechen, Baluchi, Kurdish, Hebrew, Chinese, Korean, Japanese, Tagalog, Indonesian, Thai, Serb-Croat, Polish, Portuguese, Italian, Hindi, and Amharic. Linguists should have a very good command of the English language. Potential linguists will be required to pass proficiency tests and pass with scores of at least 3 in speaking, writing and reading for the target language and English. At least initially, approximately 40% of the linguists will be Arabic and 30% Pashto/Dari. The contractor should also have experience and/or capability in being able to manage a contract specific workforce of linguists as bonafide prime contractor employees and multiple subcontractors. Initial estimate of number of Linguists required is approximately 115 plus management. The total number of personnel could potentially reach approximately 200. Sixty percent of the workforce will be required to have clearances at the SECRET level and 40% at the TOP SECRET/SCI level. It is anticipated that some linguists may be required to go on temporary duty or deployment to hostile fire areas. Place of Performance shall be contractor provided office space within a fifteen mile radius of the Tyson's Corner area of Vienna, VA. Anticipated need time is January 2012. The minimum amount of space necessary is 41,481 square feet within one building. The needed space is further split as follows: (minimum amounts) 17,693 square feet should be accredited as a Sensitive Compartmented Information Facility (SCIF); 22,588 square feet should be accredited as a collateral space up to SECRET; and 1,200 square feet should be UNCLASSIFIED. All accredited spaces must be in accordance with Intelligence Community Directive 705. All space is to be built-out; the Government WILL NOT pay for construction, rehab or remodeling. Over the life of any resulting contract, occupying personnel could reach approximately 300 with multiple computers per person. The Contractor will be required to provide communication capability between the Contractor Facility and the Government. Request interested Small Businesses which are currently certified under this NIACS code respond to this announcement as soon as possible, but not later than 2:00 p.m. local time 19 September 2011. Requested information includes, but is not limited to (not to exceed 5 pages): General: Company name, CAGE Code, DUNS; company POC, contact email address, Contact phone number (office and or cell), Small Business Size Status (SBA standard), Responses to the following: 1. The number of employees (bona fide or sub-contractor) employed for providing like services company-wide (do not include indirect company employees). 2. Relating to the response of #1: How many are Bona fide employees and how many are sub-contractors (to include 1099s). 3. The highest number of employees (bona fide or sub-contractor) employed for providing like services under a single contract within the last twelve (12) months. 4. Relating to the response of #3: What specific services were provided to the customer. 5. Relating to the response of #3: How many are bona fide employees and how many are sub-contractors (to include 1099s). 6. POC information (name, email, and phone) for the contract(s) identified in #2. 7. Location of qualifying contractor facility and facility CAGE Code. 8. Accreditation information: Agency, POC, accreditation number. 9. Square footage per security level. 10. Does the Facility have existing communication connectivity? If so, What is the current capacity (T-1, OC-3, etc)? 11. Any other information that the respondent thinks would be helpful for the Government to consider. Please provide responses to all items above. Not providing the requested information will prevent the Government from having fair and informed discussions relating to decisions about future acquisitions. Note: Classified submission is acceptable, please contact the individual below for submission. All responses are to be submitted to: Christopher Du Jardin ; Christopher.dujardin@dodiis.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/288-0002-12-RFI-Rev/listing.html)
- Record
- SN02559477-W 20110903/110902102631-66a4273c18201d2c78a42712ace5cf79 (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 |