SOLICITATION NOTICE
99 -- LINGUIST OPERATIONS SUPPORT SERVICES - Package #1 - Package #2 - Package #3 - ATTACHMENT L-2 PRICING TEMPLATE - Package #5
- Notice Date
- 12/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HHM402-13-R-0008
- Archive Date
- 2/16/2013
- Point of Contact
- Quentin McCoy, Phone: 703-275-8600, Cynthia Tran, Phone: 703-275-8602
- E-Mail Address
-
quentin.mccoy@dodiis.mil, cynthia.tran@dodiis.mil
(quentin.mccoy@dodiis.mil, cynthia.tran@dodiis.mil)
- Small Business Set-Aside
- N/A
- Description
- SF33 HHM402-13-R-0008 ATTACHMENT L-2 PRICING TEMPLATE ATTACHMENT 2 - DD 254 ATTACHMENT 1 - STATEMENT OF WORK ATTACHMENT L-1 PAST PERFORMANCE QUESTIONNAIRE The Virginia Contracting Activity has a small business set-aside requirement to acquire Linguist Operations Support Services for the National Media Exploitation Center, to provide linguist translations and transcription, media and document exploitation, and related intelligence operations program support. The Government intends to award approximately one (1) Firm-Fixed-Price / Level-of-Effort contract to one (1) total small business. The contract award will be awarded to the responsible offerors whose offer conforms to the solicitation and are considered most advantageous to the Government. Per FAR 52.212-2, the Government reserves the right to make award without discussions. Any resultant contract will be for one(1) six(6) – month base period with five (5) optional periods that, if exercised, will be exercised via a contract modification. All prospective offers must have a Commercial and Government Entity (CAGE) code, and be registered with the System for Award Management (SAM) at www.sam.gov. Those vendors interested in this acquisition must have an existing, valid facility clearance as identified in the attached DD-254. All questions and inquires concerning this RFP shall be submitted with your Letter of Intent no later than 4:00pm EST on 11 January 2013. The letter of intent must include the offeror’s small business status with applicable NACIS code and the offeror’s CAGE Code. Please submit questions and inquires, by email only, to quentin.mccoy@dodiis.mil and cynthia.tran@dodiis.mil. The letter of intent must include the offeror’s small business status with applicable NACIS code and the offeror’s CAGE Code. All proposals, hard and soft copies, must be delivered not later than 2:00 PM EST on Friday, 1 February 2013. (See Section L for delivery requirements)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-13-R-0008/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN02949041-W 20121216/121214234047-7c5a7ded46f149f8ee414dce71ee5734 (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 |