Federal Bid

Last Updated on 04 Apr 2013 at 8 AM
Combined Synopsis/Solicitation
Washington District of columbia

Dari Simultaneous Interpretation for SLSF

Solicitation ID HQ0013MIPR2ER11P0299
Posted Date 19 Mar 2013 at 8 PM
Archive Date 04 Apr 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Defense Security Cooperation Agency
Agency Department Of Defense
Location Washington District of columbia United states

(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii)This solicitation document, HQ0013MIPR2ER11P0299, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract.

(iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, Effective July 26, 2012. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation.

(iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide simultaneous interpretation services in English to and from Dari, translation booths and portable headphone equipment & Technicians in support of the Near East South Asia Center for Strategic Studies (NESA), Program Management Review (PMR) and Senior Leader Sustainment Forum (SLSF) currently scheduled from 24-29 March 2013. The solicitation is being issued as 100% small business set aside under North American Classification System (NAICS) code is 541930, Translation and Interpretation Services. The small business size standard is $7.0 million.

(v) Specifies. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation.

Date Time Frame
24 Mar 2013 No earlier than 4:00pm for equipment setup
25 Mar 2013 0830-1645
26 Mar 2013 0900-1600 + evening event 6:00pm - 8:00pm
27 Mar 2013 0900-1700
28 Mar 2013 0830-1600
29 Mar 2013 0930-1200

Delivery of service is to be performed in Crystal City, Fort Belvoir and Fort McNair located in the U.S. Coast Guard Headquarters, 2100 Second Street SW, Washington, DC.

DSCA intends to purchase the services under the following Contract Line Items (CLINs):


CLIN       SERVICE        QUANTITY         UNIT        UNIT PRICE        TOTAL

0001 (6) Dari Simultaneous Interpreters                   30 Days
(6 x 5 days)

0002 2 Dari interprers -Evening Event                       2 EACH

0003 Dari/English/Dari Normal Translation                10,000 Words

0004 Dari/English/Dari Expedited Translation            10,000 Words

0005 2 Person Table Top Translation Booths                4 Each

0006 Push-to-Talk Delegate Microphones                  15 Each

0007 Full Interpretation Booth                                   1 Each

0008 Wireless infrared Receiver with                        25 Each
Headphones

0009 2 Technician 25-29 March 5 Days = 10 days      11 Days
Plus 1/2 day for equipment setup on 24 March &
1/2 day assemble/dissemble on other days


(vi) Clauses and Provisions. The provision at FAR 52.252-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following evaluation factors shall be used to evaluate offers:

(vii) Evaluation Factors
The Evaluation factors are Technical Capability and Price

Technical Capability: Vendor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule.

Acceptable Standard for Technical Capability:

Interpreters must have acceptable certification. Acceptable certification qualifications for this requirement are as follows:

- Court Reporter

- Department of State Interpreters Examination

- Accreditation as an interpreter from a school of languages and linguistics

Additionally, simultaneous interpreters must have a minimum of 3 years experience with Department of Defense related terms and terminology during simultaneous briefings,exercises and lecturers and must be able to interpret "all dialogue" to include titles and government affiliations to interact with senior foreign representatives and diplomats.

Offeror must provide resumes of each interpreter.

Offeror must provide appropriate portable translation booths, corresponding earpieces or other mobile related equipment for proper hearing and translation.

Price: The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for Award.

Relative importance of factors: Technical Capability is slightly more important than price. When combined the non-price criteria are more important than price. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest price proposal.

(viii)Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply:

52.219-6, Notice of Total Small Business Set-Aside.
52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g))
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.222-3, Convict Labor (JUN 2003)
52.222-19, Child Labor-Cooperation with authorities and Remedies (MAR 2012)
52.222-21, Prohibition of Segregated Facilities (FEB 1999)
52.222-26, Equal Opportunity (MAR 2007)
52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212)
52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793)
52.222-37, Employment Reports on Veterans (SEP 2010)(38 U.S.C. 4212)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(E.O. 13496)
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332)
52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.)
52.246-4, Inspection of Services - Fixed Price
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.243-7001, Pricing of Contract Modifications
252.243-7002, Request for Equitable Adjustment

Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far.

Invoicing

WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/.

The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly.

(ix)Submission Requirements:

1. Vendor quote shall demonstrate ability to support the services identified in the attached Statement of Work and Schedule. Submission must include evidence of certification requirements, experience and resumes.

2. Vendor shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Vendor to provide their cancellation policy with their price submission.
3. Vendor shall provide all costs inclusive of labor, direct and indirect costs (including salaries; fringe benefits; overhead; and general and administrative expenses); non-personal services and profit necessary to perform interpretation services.
(x)Offers shall be submitted by 20 March 2013 no later than 2:00 PM EST. Offers shall be submitted via email to [email protected] with the subject line "NESA Senior Leader Sustainment Forum, HQ0013MIPR2ER11P0299." Please provide copy of email to: [email protected].
Facsimile submission will not be accepted.

Further details regarding the requirement can be found in the attached Revised Statement of Work (SOW).

Bid Protests Not Available

Similar Past Bids

Arlington Virginia 15 Oct 2013 at 8 PM
Washington District of columbia 21 Feb 2014 at 7 PM

Similar Opportunities

Nebraska 16 Aug 2025 at 4 AM
Richmond Virginia 15 Jul 2025 at 4 AM (estimated)
Bethesda Maryland 15 Jul 2025 at 2 PM
Hampton Virginia 14 Jul 2025 at 4 AM (estimated)