Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2012 FBO #3983
SOLICITATION NOTICE

R -- Interpreter

Notice Date
10/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N4279413Q0001
 
Response Due
10/28/2012
 
Archive Date
11/12/2012
 
Point of Contact
Robyn Moore 301-744-6885
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N42794-13-Q-0001 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 541930. The SB size standard for this code is $7M employees Interpreter service CLIN0001 “ 1 Lot: Interpreter Service according to attached SOW Period of Performance 1 year from Date of award. Not to exceed not exceed 350 total hours during the period of performance. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. Evaluation factors to be considered Technically Acceptable (LPTA). 1. Interpreters must provide, at a minimum, interpreting services in American Sign Language (ASL). 2.The Contractor shall provide interpreters qualified to sign the English language fluently. The American Sign Language (ASL) interpreter must have a demonstrated knowledge and understanding of American Sign Language and Deaf Culture. The contractor must be registered in SAM prior to award. The contractor must also complete requirements for enrollment in RAPIDGate per attach EOD 1 instructions. The government will make an award from this request for quote to the technically acceptable, responsible offeror whose quote offers the lowest price to the Government. The Government reserves the right to not make an award at all. All quotes are due by 2:00 PM EDT on 29 October 2012. Points of contact: Contract Specialist/Administrator: Robyn L. Moore, Civ, Telephone: (301) 744-6885, Fax: FAX: 301-744-4055 E-Mail: robyn.moore@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1400 (2:00 p.m.) Easter Standard Time on 29 October 2012. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N4279413Q0001/listing.html)
 
Place of Performance
Address: 2008 Stump Neck Road BLDG. 2008,, Indian Head, MD
Zip Code: 20640
 
Record
SN02915689-W 20121020/121018234104-f78cab5fd3131a51c45da9b234232f9e (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.