MODIFICATION
54 -- SHORT TERM ARABIC, RUSSIAN, AND DARI LINGUISTS - Revised PWS
- Notice Date
- 6/27/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VVJ74162AW01_SHORT_TERM_LINGUIST
- Archive Date
- 7/22/2014
- Point of Contact
- Carlos A. Mayorga, Phone: 813-828-0486, Russell T Beasley, Phone: 813-828-4729
- E-Mail Address
-
carlos.mayorga.1@us.af.mil, russell.beasley.2@us.af.mil
(carlos.mayorga.1@us.af.mil, russell.beasley.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Changed period of performance end date for the Arabic linguist to 7 Sep 14. This is a combined synopsis/solicitation for a commercial non-personal linguist service prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is F2VVJ74162AW01. The North American Industry Classification System code (NAICS) is 541930, translation and interpretation services. The Standard Industrial Classification (SIC) is 7389. This acquisition is 100% set aside for small businesses. The 6 th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT This is a service requirement for one Arabic in support of an exercise planning conference. Also, 21 Russian and 6 Dari linguist are required to provide battlestaff exercise support for the Regional Cooperation Conference. All linguists will provide consecutive translation and translate from the foreign language to English, and from English to the foreign language. The period of performance for the Arabic Planner is 16 Jul 14 to 12 Sep 14, and for the Russian and Dari linguists will be 16 July 14 to 22 Aug 14. Please refer to the Performance Work Statement for specific period of performance details. CLIN 0001 - One (1) Arabic Exercise Planner to provide Oral and written translation of exercise planning documents; qty 55 days (SEE PWS FOR DETAILED DESCRIPTION OF SERVICES REQUIRED). PoP: 16 July 2014 to 7 September 2014. CLIN 0002 - Travel/Lodging for Arabic Exercise Planner two separate trips to CENTCOM AOR. 0002AA - Amman, Jordan; 7 days (TBD, likely in August). 0002BB - Kuwait City, Kuwait; 7 days (4 - 11 August). Please note; make sure to provide a breakout of the travel costs estimate such as perdiem, airfair, car rental visas, etc. CLIN 0003 - Written Translation Russian and Dari; qty 200 pages (SEE PWS FOR DETAILED DESCRIPTION OF SERVICES REQUIRED). PoP: 16 July 14 to 22 Aug 14. CLIN 0004 - Consecutive Spoken Translation, Russian, twenty-one (21) linguists; qty 315 days (SEE PWS FOR DETAILED DESCRIPTION OF SERVICES REQUIRED) PoP: 25 July 14 to 8 Aug 14. CLIN 0005 - Consecutive Spoken Translation, Dari, Six (6) linguist; qty 90 days. (SEE PWS FOR DETAILED DESCRIPTION OF SERVICES REQUIRED). PoP: 7 April 2014 to 19 April 2014. CLIN 0006 - Travel/Lodging - Russian and Dari linguists to Camp Edwards, Mass; 15 Days; 25 July 14 to 8 Aug 14. Please note; make sure to provide a breakout of the travel costs estimate such as perdiem, airfair, car rental visas, etc. DELIVERY ADDRESS : The translations services are being procured on behalf United States Central Command (USCENTCOM), MacDill AFB (Tampa), FL 33621. List of Attachments: 1. Performance Work Statement, ( Page) PROVISIONS/CLAUSES : The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014, DFAR DPN 20140528 effective 28 May 2014, and AFFAR AFAC 2014-0421, effective 21 Apr 2014; and CPM 13-C-03. 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting). 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ). The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference FAR 52.204-7, System for Award Management,, Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.247-34 -- F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Initially the Government will rank all proposals by Total Evaluated Price (TEP). Secondly, the Government will evaluate the lowest priced proposal for technical acceptability. Finally, the Government will evaluate Past Performance. If the lowest offer is technically acceptable and is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced proposal is not judged to have a "Substantial Confidence," the Government will evaluate the next lowest offer until a proposal is technically acceptable and has a "Substantial Confidence" performance confidence assessment. The following factors shall be used to evaluate offers: (i) price The TEP will be calculated as the sum of the Offeror's proposed prices for the base period of one year, all option periods (4 years) and the 6-month extension provided in accordance with FAR 52.217-8. Evaluation of options/extensions shall not obligate the Government to exercise such options or extensions. The TEP will be used for evaluation purposes only. Proposals shall be evaluated to determine price fair and reasonableness IAW FAR 13.106-3(a). (ii) technical capability of the service offered to meet the Government requirement Contractor shall submit detailed specifications as to how they will meet all requirements listed in the SOW to include methods, equipment, and cleaning solutions that will be used. Offeror not submitting all information in this paragraph will be deemed non-responsive. (iii) past performance •§ The government reserves the right to award a contract to other than the lowest priced offer if the lowest priced offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. The Past Performance factor will receive one of the performance confidence assessments shown below, excerpted from DoD source Selection Procedures, Table 1 - Performance Confidence Assessments. TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE (NEUTRAL) No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. •§ Past Performance Evaluation Process. The past performance evaluation considers each offeror's demonstrated recent and relevant record of performance in supplying products and services that meet the contract's requirements. Performance confidence is assessed at the overall Past Performance factor level after evaluating aspects of the offeror's recent past performance, focusing on performance that is relevant to the technical subfactors and price factor. Examples of past performance may include Letters of appreciation, recognition, or commendation etc... received on behalf of a customer may be submitted to include name, phone number, and e-mail address. The Government will consider up to three (3) such documents. Work should have been accomplished in the last three (3) years. (i) Recency Assessment An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (ii) Relevancy Assessment The Government will conduct an evaluation of all recent performance information obtained to determine how closely the products provided/services performed under those contracts relate to the performance work statement of this request for proposal. A relevancy determination of the offeror's past performance will be made based upon the aforementioned considerations, including joint venture partner(s) and major and critical subcontractor(s). In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. The past performance information forms (PIFs) and information obtained from other sources will be used to establish the degree of relevancy of past performance. The Government will use the following relevancy definitions when assessing recent, relevant contracts: Rating Definition VERY RELEVANT Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. RELEVANT Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. SOMEWHAT RELEVANT Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. NOT RELEVANT Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Assigning Ratings. As a result of the relevancy of the recent contracts evaluated, offerors will receive an integrated performance confidence assessment rating. Although the past performance evaluation focuses on performance that is relevant to the technical capability and the price factors, the resulting performance confidence assessment rating is made at the factor level and represents an overall evaluation of contractor performance. Offerors without a record of recent/relevant past performance or for whom information on past performance is so sparse that no meaningful confidence assessment rating can be reasonably assigned will not be evaluated favorably or unfavorably on past performance and, as a result, will receive an "Unknown Confidence" rating for the Past Performance factor. More recent and relevant performance will have a greater impact on the Performance Confidence Assessment than less recent or relevant effort. A strong record of relevant past performance may be considered more advantageous to the Government than an "Unknown Confidence" rating. Likewise, a more relevant past performance record may receive a higher confidence rating and be considered more favorably than a less relevant record of favorable performance. Technical and past performance, when combined, are more important than price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://www.sam.gov/portal/public/SAM/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Small Business Representations, FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 - Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities;FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements; FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control Of Government Personnel Work Product; DFARS 252.225-7001 - Buy American and Balance of Payments Program; DFARS 252.243-7001 Pricing Of Contract Modifications, DFARS 252.204-7004 Alternate A System for Award Management; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7024 (ALT III) Notification of transportation of Supplies by Sea; DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS ARE MANDATORY. USE OF WAWF WILL ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. 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. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ74162AW01_SHORT_TERM_LINGUIST/listing.html)
- Place of Performance
- Address: 2610 PINK FLAMINGO AVE, TAMPA, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN03409457-W 20140629/140627235341-90959a7f906ca45baa9148c0706d7210 (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 |