Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2024 SAM #8305
SOURCES SOUGHT

R -- EOIR Language Services

Notice Date
8/21/2024 8:01:48 AM
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
15JPSS24N00000072
 
Response Due
9/23/2024 8:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Michael Jackson, Phone: 2022583034, Toya Bethea, Phone: 202-451-7598
 
E-Mail Address
michael.d.jackson@usdoj.gov, Toya.D.Bethea@usdoj.gov
(michael.d.jackson@usdoj.gov, Toya.D.Bethea@usdoj.gov)
 
Description
REQUIREMENT: EOIR Language Services Issue Date:� August 21, 2024 Response Due Date:� Responses to the RFI will be electronic format and emailed to the Contracting Officer via e-mail to Michael.d.jackson@usdoj.gov. All Responses must be received no later than Monday, September 23, 2024, 11:00 PM, Eastern Standard Time. RFI Purpose: The Executive Office for Immigration Review (EOIR) requires on-site interpretation, scheduled telephonic (regardless of the platform used) interpretation, Video Remote Interpretation (VRI), written translation, Computer Aided Real-Time Transcription (CART), and transcription/translation of recordings services. �The Government is seeking sources that are capable of providing support to EOIR. � THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS.� NO SOLICITATION IS AVAILABLE AT THIS TIME. The Department of Justice (DOJ), EOIR has a requirement for on-site interpretation, scheduled telephonic (regardless of the platform used) interpretation, Video Remote Interpretation (VRI), written translation, Computer Aided Real-Time Transcription (CART), and transcription/translation of recordings services.� These services are required for immigration court proceedings on an as needed basis throughout the fifty United States, the District of Columbia, and U.S. territories including, but not limited to, the Commonwealth of Puerto Rico, the Virgin Islands, the Mariana Islands, and Guam. This contract is available to all Department of Justice components.� This Request for Information (RFI) is issued for the purpose of seeking viable sources that are capable of providing the services detailed within the Draft Statement of Work (SOW). Response to this RFI is strictly voluntary and will not affect any firm�s ability to submit an offer if, or when, a solicitation is released.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government.� Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI.� No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI.� Responses to the RFI will not be returned.� A response to this RFI is necessary to assist DOJ in determining the potential levels of interest, adequate competition, and technical capability to provide the required services.� In addition, this information will also be used to assist DOJ in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. This is a recompete of contract # 15JPSS20D00000366 with SOS International, LLC. BACKGROUND:� This RFI is issued solely for information, market research, and planning purposes and does not constitute a solicitation.� It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. �All information received in response to this RFI marked Proprietary will be handled accordingly.� Responses to the RFI will not be returned.� Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the EOIR Language Services.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with providing nation-wide Language Service support.� Recruitment and retention plays a major part, and all companies interested in bidding need to be willing to spend the time and resources recruiting for qualified and experienced interpreters. There will always be additional courts that will open throughout the term of the contract and more immigration judges will be hired and that means more hearings and the need for interpreters. It also means that new languages will come across the court system and the government will require interpreters for low density languages and respondents who will be detained requiring the companies to find interpreters in these languages.� Any company considering bidding should know that they will need approximately 800 interpreters per day to perform this requirement.� At least half to potentially two-thirds are required to be in person.� NOTE: These daily figures represent current needs and are subject to increase based on new court openings and hiring of new judges. All small businesses to include Small Disadvantaged, HUBZone, and Women-Owned and service Disabled are strongly encouraged to provide timely response to this Request for Information.� A response to this RFI is necessary in order to assist DOJ in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services.� In additional, this information will be used to assist DOJ in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages and to determine the capabilities of industry. Providing a capabilities statement that does not speak to the requirements will not help us to decide if a specific firm has the capability to perform the work. � Respondents shall classify their company using one or more (if applicable) of the following NAICS Code: 541930 � Translation and Interpretation Services - Size $22.5 Million The Government is contemplating an IDIQ Contract with Fixed Rates� Task Orders issued against the contract.� The term of the resulting contract will be a Five-year period (base period plus four options years). � Responses to this RFI must address the following requirements: A cover sheet which includes: RFI Title. Contractor�s Company Name. Address. Name of Point of Contact. Email Address. Phone Number. Contractor�s Sam.gov Unique Identifier Number. Business Size. A list of all North American Industry Classification System (NAICS) codes as identified in the Contractor�s System for Award Management (SAM) record. If applicable, your GSA or other available Government-wide contract vehicle that is within the scope of this requirement. REQUEST FOR CAPABILITES STATEMENT:� Interested businesses should provide a capability statement to address their ability and experience to perform the tasks associated with the requirements stated in the Draft Statement of Work.� Submission should be received by 11:00PM Eastern Standard Time (EST), September 23, 2024 and should not exceed three pages (one-sided), single spaced, 12-point type with at least a one-inch margin on an 8-1/2� X 11� inch paper.� The responses should specifically describe the Contractor's ability to meet the requirements outlined in the RFI.� Please include the company's name, point of contact, address, phone number, Unique Entity Identifier (UEI) number, CAGE Code, and Tax ID. �Responses to the RFI must be submitted via e-mail to michael.d.jackson@usdoj.gov.� NO HARD COPY or FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered.� QUESTIONS WILL NOT BE ADDRESSED RELATED TO THIS RFI. Please submit all responses to Michael D. Jackson at michael.d.jackson@usdoj.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/51201f83e4ef47009f89604d4b8b3a70/view)
 
Place of Performance
Address: Washington, DC 20530, USA
Zip Code: 20530
Country: USA
 
Record
SN07180780-F 20240823/240821230131 (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.