Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
DOCUMENT

R -- Translation/Transcription Services - Attachment

Notice Date
2/13/2018
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q0089
 
Response Due
3/2/2018
 
Archive Date
4/16/2018
 
Point of Contact
Van Hale
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
GENERAL: This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Those questions will only be answered via an amendment to the solicitation once it is issued. The Department of Veterans Affairs (DVA), Veterans Benefits Administration (VBA) anticipates issuing a solicitation for the following project: REQUIREMENT TITLE: Translation/Transcription Services. REQUIREMENT SCOPE: The requirement s objective is for a contractor to provide the necessary manpower and supervision to properly execute the process of translations/transcriptions of VA VBA San Juan PR Regional Office cassettes and documents and VA Washington D.C. Board of Veterans Appeals documents and related Veterans records associated paperwork. Type of Document: Translation/Transcription from Spanish to English from printed and handwritten letters, legal, medical, local government, and miscellaneous documents. Contractor personnel will have skills of a fully qualified typist (70/80 WPM), must be able to operate dictation and transcription equipment, PC or Word Processor along with related printers. Personnel must have knowledge of both Spanish and English languages and medical and legal terminology to be able to translate and transcribe accurately from one language to another regardless of the complexity of the terminology or level of pronunciation to translate and transcribe in a very accurate manner such material. Contractor or personnel must be fully qualified and trained on the equipment to be used for processing material. PLACE OF PERFORMANCE: Work is to be performed at the contractor s facility. The solicitation number is 36C10E18Q0089. Specific instructions on submitting quotes will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or about February 15, 2018, with offers due than March 2, 2018 at 1PM Eastern Standard Time (ETS). The entire solicitation package, including all attachments, will be available electronically at www.fbo.gov. Paper copies of this solicitation will not be made available. PROCUREMENT TYPE: The Government anticipates negotiating, if necessary, and awarding a single firm-fixed price contract to meet this requirement. The Government will determine the best value to the Government based on the lowest priced quote meeting or exceeding the requirement as outlined of the solicitation. The requirement is being procured in accordance with FAR Part 13. SET-ASIDE: This requirement is set-aside exclusively for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. To be considered for award, prospective offerors must be a verified SDVSOB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) (VetBiz.gov) at the date and time set for receipt of quotes. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of quotes will have their offer rejected as non-responsive and will not be considered for award. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 541930 and the small business size standard is $7.5 MIL. REQUIREMENT COMPLETION DATE: The requirement completion timeline is one (1) 12 month based period and four (4) 12 month option periods. Option(s) may be exercised at the sole discretion of the Government. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov), in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website. POINT OF CONTACT: Van Hale, Contracting Officer, Van.Hale@va.gov, 727-319-7940 Information contained in this announcement is subject to change
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q0089/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q0089 36C10E18Q0089_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4081592&FileName=36C10E18Q0089-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4081592&FileName=36C10E18Q0089-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04822128-W 20180215/180213232010-83683aaf7a1793cc1ee77a7a66eafb90 (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.