Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
SOURCES SOUGHT

R -- INDIGENOUS LANGUAGE INTERPRETATION AND CONSULTATION SERVICES

Notice Date
8/30/2022 7:05:24 AM
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20024 USA
 
ZIP Code
20024
 
Solicitation Number
192122FHQCMDILP01
 
Response Due
9/2/2022 9:00:00 AM
 
Archive Date
09/03/2022
 
Point of Contact
Corey A Soileau
 
E-Mail Address
Corey.Soileau@ice.dhs.gov
(Corey.Soileau@ice.dhs.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Please read this RFI in its entirety. Responses that are incomplete or missing required information will not be reviewed.� The requirement is classified under NAICS Code 541930 � Translation and Interpretation Services, under which the SBA has determined that WOSB concerns are underrepresented in Federal Procurement. In accordance with FAR 19.15, this requirement has been set aside as an acquisition to be made under the Women-Owned Small Business (WOSB) Program. This is an RFI (Request for Information) for Indigenous Language Interpretation and Consultation Services in support for the U.S. Immigration & Customs Enforcement (ICE) Enforcement Removal Operations (ERO). As part of its market research, ICE is issuing this RFI to determine the estimated number of WOSB vendors capable of performing the scope of the requirement in the draft Performance Work Statement (PWS). The draft PWS describes only the projected scope of services and is subject to change in the final PWS. This RFI is for the purpose of identifying potential sources as part of ICE�s market research. No solicitation exists; therefore, do not request a copy of the solicitation. Responses to this RFI will not be considered quotes. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ) or Request for Proposals (RFP). The Government does not intend to issue any award based only on responses to this RFI. Further, the Government will not accept unsolicited quotes/proposals.� Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI is solely at the expense of the interested parties. All information received in response to this RFI marked �Proprietary� will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Prospective contractors, who are qualified to provide the services outlined in the PWS, should provide the following information for ICE�s review: 1. Company name 2. Company address 3. POC information (name, title, phone number, email address, etc.) 4. Company business size 5. Socio-economic status 6. UEI number Please also address the following questions in your response: Do you currently offer services for all languages included in the Appendix A of the PWS? ICE requires immediate services for the following languages: K'iche, Akateko, Q'anjob'al, Tzozil, Maya Yucatec, and Zapotec. Please confirm that you can provide on demand interpretation and translation services for these languages on day one of performance, assuming contract start of September 9, 2022. Are you able to provide remote services at a minimum of 9 hours a day and through appointment? Which languages are on demand vs. by appointment? How much time is needed in advance for scheduling in-person indigenous language support, considering the need may be in anywhere in the U.S.? Do you have a minimum charge (hour/min) for indigenous language interpretation? Briefly discuss if interpreters are available for quick on-boarding should your company be selected for an award. Please take into consideration security/background clearance requirements. Discuss any barriers or potential delays that you may encounter and how you will eliminate or minimize. Any vendor questions related to the PWS. All submissions must be provided by email to Corey.Soileau@ice.dhs.gov.� Submissions are due on Friday September 2, 2022, at 12:00 PM EST. The subject line of the email should read: �RFI: Indigenous Language Interpretation and Consultation Services�. �Only those RFI responses that respond to all questions contained in this RFI will be considered responsive. Only those vendors who respond in the affirmative to questions 1, 2, and 3 (above) will be considered responsive. Responses to inquiries may be provided at the Government�s discretion.� Telephone inquiries should not be made as they will not be addressed.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/322f8b4750134e9ea4e9573b345901e4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06447112-F 20220901/220830230131 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.