SOLICITATION NOTICE
W -- Interpretation Equipment - SOW
- Notice Date
- 5/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-12-RFQ-0001
- Archive Date
- 6/9/2012
- Point of Contact
- Woodrow W. Bell, Phone: 7036021464
- E-Mail Address
-
woodrow.bell@dsca.mil
(woodrow.bell@dsca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW with layout of plenary and discussion rooms. STATEMENT OF WORK Interpretation Equipment for the Senior Leaders Seminar (SLS) Program 1. PURPOSE. The SOW delineates the interpretation equipment and technical assistance requirements for the Africa Center for Strategic Studies (ACSS) to support the Senior Leaders Seminar Program. The performance period is 15 June 2012 through 29 June 2012. 2. BACKGROUND. The Africa Center is the pre-eminent Department of Defense institution for strategic security studies, research, and outreach in Africa. The Africa Center engages African partner states and institutions through rigorous academic and outreach programs that build strategic capacity and foster long-term, collaborative relationships. 3. SCOPE. The contract requires interpretation equipment and on-site technical support during the program's entire length, as noted on the Program Schedule. 4. APPROACH. Contractor shall provide interpretation and on-site technical support in accordance with SOW for all Plenary and Discussion Group sessions. The contractor shall provide support as follows: 15-16 June 2012: Equipment Setup at Doubletree hotel, Crystal City. o Equipment needed for 80 attendees. 18 June 2012: Equipment needed for Opening Ceremony for 100 attendees. 17 - 29 June 2012: Equipment utilization and technical support at hotel. (a) Plenary Room will require setup on 16 June 2012 to be completed no later than 1530. Interpretation will be conducted simultaneously in three (3) languages - English, French, and Portuguese. (b) Discussion Group Rooms (x5) will require setup on 15 - 16 June 2012 to be complete no later than 1530 on 16 June. Interpretation will be conducted simultaneously in two languages - English/French, English/Portuguese, or French/Portuguese. (c) Welcome Icebreaker will require a wireless microphone and speaker on 17 June 2012. (d) Visit to Congress 20 June from 1-6pm will require the use of portable interpretation equipment for about 80 participants and 3 interpreters. Equipment will be used at the Congress Department. (e) The equipment shall remain setup at the hotel as per the requirements. Based on hotel facility requirements, Contractor may be asked to break-down and reset Discussion Group Rooms and/or Plenary Room - dates will be provided in advance. (f) One plenary room at the conference site will require a setup to facilitate three-language interpretation (English/French/Portuguese). Five (5) Discussion Group Rooms require a setup to facilitate two-language interpretation in each room. Technical support will be required throughout the duration of the program, and the Technical Assistant(s) shall remain in the Plenary Room during sessions and in close proximity to the Discussion Group Rooms. 5. DELIVERABLE. None. 6. PERIOD OF PERFORMANCE: The period of performance is 15 June 2012 through 29 June 2012. 7. SECURITY: The security classification of work to be performed under the contract is unclassified. 8. Contracting Officer: Woodrow Bell (703) 602-1464, woodrow.bell@dsca.mil. The Contracting Officer is the only authorized Government Official that can make changes to this contract. All communication will occur between the contractor and the Contracting Officer. Any requirements from ACSS must be addressed to the Contracting Officer. 9. Contractor Officer Technical Representative: Contracting Officer Representative (COR): Angelo Sommer, 202-685-2422, sommera@ndu.edu. The COR shall not: a. Redelegate COR authority. b. Take any actions that would commit or change the contract/order price, quantity, quality, schedule/delivery, scope of work, place of performance, or any other term or condition of the existing contract. You may be held personally liable for unauthorized actions. c. Direct or redirect any contract/order action. This can only be done by the Contracting Officer. 9. Africa Center Representative Matilda Macklin, (202) 685.1862, macklinm@ndu.edu. 10. Payment information: Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. All contractors must create two documents (Invoice and Receiving Report; i.e. Combo Documents) with a single data entry session. ** A PDF VERSION OF THE STATEMENT OF WORK IS ATTACHED TO THIS ANNOUNCEMENT FOR THE PURPOSE OF DISPLAYING THE ROOM LAYOUT.**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-12-RFQ-0001/listing.html)
- Place of Performance
- Address: Double Tree Cystal City, 300 Army Navy Dr, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02752335-W 20120520/120519000232-9c0ef81984e80a48b2601d1d9cc8abc6 (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 |