SOURCES SOUGHT
R -- American Sign Language Interpreting Services
- Notice Date
- 5/12/2023 1:50:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N6852023NORFP613000H0170
- Response Due
- 5/23/2023 12:00:00 PM
- Point of Contact
- Theresa Newbold
- E-Mail Address
-
theresa.i.newbold.civ@us.navy.mil
(theresa.i.newbold.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Announcement to identify interested companies capable of fulfilling the Government�s requirement for in-person qualified Sign Language Interpreters in support of the Equal Opportunity Office located at Fleet Readiness Center Southeast (FRCSE), Jacksonville, FL. Interpreters shall�have the ability to accurately interpret in a wide range of settings, including those that require specialized and technical terminology such as avionics, engineering, logistics, weapons system acquisition, program management, information systems, financial management, and procurement in the context of Government activities. The proposed requirement is described in the draft Performance Work Statement (PWS) Attachment 1. Services shall be performed in-person on-board FRCSE, Jacksonville, FL to include its remote sites at Naval Station (NS) Mayport, FL; and Cecil Commerce Center (Cecil Field) in Jacksonville, FL. The period of performance is for one (1) Base period of 12 months and four (4) 12 month Option Periods. The start date is 25 June 2023. Services will be performed on an as-needed basis. Each period of performance estimates up to 335 hours of service. This requirement is a follow-on procurement to GS-OOF-054DA/N6883619F0202 awarded �25 June 2019, to Graham Staffing Services, Inc., 7208 W Sand Lake Rd Ste 305, Orlando, FL 32819. The PSC is: R608- Support Administrative: Translation and Interpreting. The anticipated NAICS code for this acquisition is 541930 Translation and Interpretation Services (with a Small Business Size Standard of $22.5 Million. Although this sources sought synopsis is not a request for competitive proposals or quotes, interested parties may submit capability statements via email to the Contract Specialist, Theresa Newbold at:� � � �Theresa.i.newbold.civ@us.navy.mil.� Capability statements should be no more than 10 pages in length. Include in your capability statement the following: 1) Provide comments/questions regarding the draft PWS. 2) What type of work has your company performed in the past in support of the same or similar requirement? 3)� Can or has your company managed a task of this nature?� If so, please provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5)� Ability of your company to provide in-person Sign Language Interpreters on an as needed basis as stated in the draft PWS? 6) What is your policy regarding Government cancellations for the services? 7) Respondents to this notice also must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 8) State if your services are offered on an active GSA Federal Supply Schedule and provide the schedule number#. Your response to this Sources Sought synopsis including any capabilities statement shall be submitted electronically to the Contract Specialist in Microsoft Word format, or Portable Document Format (PDF), at the following email address: theresa.i.newbold.civ@us.navy.mil�by 23 May 2023. �All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought Synopsis.� The contract type is anticipated to be Firm Fixed Price.� The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.� �Vendors must be registered in the System for Award Management (SAM- https://www.sam.gov) prior to award. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN.� THIS POSTING DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT/RFI/SYNOPSIS. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT/RFI/SYNOPSIS THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b15f983d54174515a7c2d049c795576d/view)
- Place of Performance
- Address: Jacksonville, FL 32212-0097, USA
- Zip Code: 32212-0097
- Country: USA
- Zip Code: 32212-0097
- Record
- SN06681542-F 20230514/230512230112 (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 |