Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOURCES SOUGHT

R -- Vetting & Linguistics

Notice Date
7/13/2018
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
19AQMM18R0323
 
Archive Date
8/28/2018
 
Point of Contact
Khoa D. Tran, Phone: 7038755854
 
E-Mail Address
TranKD@state.gov
(TranKD@state.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a request for information only. This is not a solicitation announcement. This notice does not constitute a Request for Proposal. No contract will be awarded from this announcement, and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. All communication must be in writing. No phone calls will be accepted or answered. The U.S. Department of State (DoS), Bureau of Diplomatic Security (DS) has an upcoming requirement for Vetting and Linguistics Support Services in predominantly High Threat Areas of the world. Currently the Middle East region is the initial place of performance anticipated. Other areas around the world, depending on need, may require these services as well during the course of contract performance. The agency anticipates releasing the solicitation on or around 08/14/2018. It is anticipated that this acquisition will result in a single award Indefinite Delivery, Indefinite Quantity type of contract for a base and four (4) option years. Currently, this requirement is in the SBA's 8(a) program. The DoS's high level objective for the Vetting and Linguistics contract is to deliver the right skill set to its appropriate location, in a timely manner and at a fair and reasonable cost. To accomplish this objective, the contract will require language-related services to include interpreting, translating, and transcription, along with vetting and intelligence analysis. High levels of quality, performance, and cost controls are expected, so the Contractor must provide the necessary management, supervisory, and administrative personnel to direct, administer, and report on these services on a daily basis. Performance, deliverables, and exact location(s) of the work will be conveyed to the Contractor by the Contracting Officer or by the designated Contracting Officer Representative(s) (COR). The Government will provide housing and basic life support services for Contractor's personnel. The contract currently requires expertise in the following languages to include their various dialects: Arabic, Kurdish, Dari, Pashto, and Nepali. The contract will require personnel to perform monitoring, transcribing, translating, and interpreting (listening, writing, speaking, and reading) from the targeted language to English and vice versa, or from one targeted language to another targeted language. Language proficiency testing is required in the source language(s) and English for all levels of linguists in the four basic communications skills: listening, reading, writing, and speaking. Evidence of language proficiency testing with acceptable results is required prior to assignment. In conjunction, the contract requires the support of intelligence analysis and role of liaison between the Regional Security Office (RSO) and local governments and law enforcement at High Threat Posts. Additionally, the contract will require DoS vetting processes and data analyses at posts. Some of the vetting analysts' positions will be located in the Washington DC regional area as well. The awardee is required to have a TOP SECRET Facility Clearance and must be licensed to operate in Iraq and Afghanistan at time of award. Additionally, a number of contractor personnel will require a Secret or Top Secret/SCI clearance depending on their duties. Deployed personnel to targeted area(s) shall have adequate contractor management staff and be required to undergo necessary screening, vetting, clearing, and approval processes prior to, during, and following deployment to the host nations. The need for support outside of the Middle East region may arise during performance of this requirement. Thus, the Contractor must demonstrate its capability to provide full support within 30 days' notice to any location worldwide. Firms responding to this notice are requested to provide DoS with capabilities statements not to exceed 10 pages to include a narrative that demonstrates how the interested company can satisfy the stated requirement on a worldwide scale. The narrative should include hiring strategy and management resources available to fully execute performance with a 30 notice from the Government. The Government requests that all responders provide the interested firm's socio-economic status and business size as it relates to NAICS 541930, and any information pertaining to recent and relevant past performance under said NAICS, particularly if performance took place in Iraq or Afghanistan.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18R0323/listing.html)
 
Place of Performance
Address: OCONUS, United States
 
Record
SN04991298-W 20180715/180713230926-e906e5a9c419661094b1dbbc23285347 (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.