SOLICITATION NOTICE
R -- NASIC ASL Interpreter Services
- Notice Date
- 4/8/2025 10:52:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA860125
- Response Due
- 4/11/2025 7:00:00 AM
- Archive Date
- 04/26/2025
- Point of Contact
- JENNA L SIZEMORE, Amanda Hoyng
- E-Mail Address
-
jenna.sizemore.1@us.af.mil, amanda.hoyng@us.af.mil
(jenna.sizemore.1@us.af.mil, amanda.hoyng@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation AFLCMC/PZI Installation Contracting Support Wright Patterson AFB, OH 45323 Date: 19 March 2025 Title: NASIC ASL Interpreter Services Request for Quote (RFQ) / Solicitation Number: FA860125Q0049 Amendment # Quotes Due: 11 April 2025 at 10:00 AM EST Contact Point(s): Jenna Sizemore, Contract Specialist Email: jenna.sizemore.1@us.af.mil Contact Point(s): Amanda Hoyng, Contracting Officer Email: amanda.hoyng@us.af.mil Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information, included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. The solicitation is conducted as a commercial procurement using Simplified Acquisition Procedures (FAR Part 13). This notice is expected to result in award of a Firm Fixed Price (FFP) contract for a commercial commodity to the responsible offeror who submits a quotation that: (1) conforms to the requirements of this synopsis/solicitation; (2) complies with the minimum requirements stated in the Performance Work Statement (PWS) as evidenced by providing a complete description of the equipment provided; and (3) that submits the quotation with the lowest price technically acceptable, provided that the price is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable. This requirement is a 100% Small Business Set-Aside under NAICS - 541930 Translation and Interpretation Services with a small business size standard of $22.5M. PSC: R608 � Support Administrative: Translation and Interpreting Requirement: The scope of this project is to provide American Sign Language (ASL) services (Non-Advisory and Assistance Services) and deliverables in support of NASIC located at Wright-Patterson Air Force Base, OH. Individual must have a TS/SCI clearance In Accordance With (IAW) the Performance Work Statement (PWS) attached dated 18 March 2025. Offerors shall submit a detailed response to the solicitation explaining the services being proposed and how the offeror is able to fulfill all requirements of the solicitation. Period of Performance: The projected Period of Performance (POP) is receipt of award through 09 December 2025. Request for Information (RFIs): The Government will accept questions concerning solicitation number FA860125Q0049 until 02 April 2025 at 12:00 PM EST. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to jenna.sizemore.1@us.af.mil and amanda.hoyng@us.af.mil. Any questions received after this date and time may not be considered. Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist via e-mail at jenna.sizemore.1@us.af.mil and Contracting Officer at amanda.hoyng@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 11 April 2025 at 10:00 AM EST. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line �FA8601-25-Q-0049, �NASIC ASL Interpreter Services� The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall conform to the Contract Line Item Number (CLIN) structure of attached solicitation. Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 60 calendar days from the date specified for receipt of offers. SAM Registration: Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov. Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall compete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award. List of Attachments: Solicitation - FA860125Q0049 Performance Work Statement - NASIC - 18Mar2025_final PLEASE REVIEW & PROVIDE ALL INFORMATION BELOW: Shipping/transportation will be FOB: Destination Pricing Quoted (GSA, open market, etc.): ____________________________ Payment Terms: ________________________ Delivery Date: ________________________ Company Name (as registered in SAM): ___________________________________________ UEI: _____________________________ CAGE: ____________________________________ POC: _________________________________ Telephone: _____________________________ E-Mail: ________________________________ Warranty Information: _________________________________________________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b771fd789c9c4e5b8fe835d82be9a335/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07400938-F 20250410/250408230049 (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 |