Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

U -- Role Players

Notice Date
3/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-12-T-0009
 
Response Due
3/26/2012
 
Archive Date
5/25/2012
 
Point of Contact
Kerry N. Champ, 812-526-1782
 
E-Mail Address
USPFO for Indiana
(kerry.n.champ.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number: W912L9-12-T-0009 Notice Type: Combined Synopsis/Solicitation Synopsis: The following items are needed: 8 - Role Players. The offers received will be evaluated by a best value determination and is subject to the availability of funds. Items / Information: 1.Minimum Specifications / Requirements 1ea. US Deputy Chief of Mission (DCM) (English Speaking). 1ea. US Ambassador (English Speaking). 4ea. Host Nation Partners (3X Arabic speakers representing Egypt, Lebanon, Yemen. 1X Farsi speaker representing Afghanistan). 2ea Multimedia Production Vendors (Arabic speakers). **Culturally Relevant. Selected role players will have the requisite background, knowledge, skills to portray an individual from the countries identified. **Linguistically Relevant. Selected role players will be interfacing with trained interpreters or Soldiers with language skills and must have 5.5 native language ability. **Situationally Relevant. Selected role players will have the back ground to provide an accurate realistic portrayal of a career foreign service employee. **Contractor will be provided a script in order to facilitate interactions between role players and teams and to guide the conversations. However, the role players should possess enough knowledge to answer any questions the teams ask if they are not directly covered in the script in order to continue the training. **Objectives for meeting with the vendors is to discuss possible media development ideas the team has (video, audio, audio-visual, and print products). The vendors should have some knowledge of costs to produce these type products. The second meeting with the vendors is when the vendors will provide the teams a cost estimate to produce the desired products. **The meetings with the host nation partners is to develop rapport and build a partnership for a program the teams would like to do. The role players will be provided a basic script but should be able to utilize traditional customs and cultural rituals in building these relationships. SEE PERFORMANCE WORK STATEMENT FOR ADDITIONAL DETAILS. See RFQ for IMPORTANT additional details Shipping / Location Information: FOB: Muscatatuck Urban Training Center Butlerville, IN 47223 The North American Industry Classification System (NAICS) Code is 541930. All responsible sources may submit an offer, which shall be considered by the Agency. The winning vendor will be required to be registered in CCR (Central Contractor Registry). Lack of registration in CCR will make an Offeror ineligible for award. CCR is located at www.ccr.gov or www.bpn.gov A Firm-Fixed-Price purchase order will be issued in writing. Payment: Payment by Wide Area Work Flow. Contractors using WAWF must register online at https://wawf.eb.mil. You can find more information on WAWF and the registration process on the WAWF training site; http://www.wawftraining.com The following clauses and provisions incorporated can be found in RFQ W912L9-12-T-0009 and are to remain in full force in any resultant purchase order. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil POC: Kerry Champ Questions pertaining to this RFQ should be emailed to kerry.n.champ.ctr@us.army.mil Quotes are due in this office no later than 26 March 2012 @ 6:00 p.m. EST. Quotes should be e-mailed to kerry.n.champ.ctr@us.army.mil Quotes must include all requested items, tax id number and cage code. ***The Government considers the listed items as demonstrating the level of quality desired by this solicitation. Must provide specifications for items you are quoting. *****************Solicitation and all documentation can be located at www.fbo.gov or www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-12-T-0009/listing.html)
 
Place of Performance
Address: Muscatatuck Urban Training Center Administration Drive Butlerville IN
Zip Code: 47223
 
Record
SN02702199-W 20120323/120321235319-b87065642008e944f1643deb3b752a16 (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.