Continental United States

Request for INFORMATION: English-Dari and Dari-English Interpretation Services

Summary: REQUEST FOR INFORMATION This is not a solicitation. The Government is issuing this Request for Information to determine a competitive basis. This questionnaire is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1300 Mountain Time Thursday, 23 September 2021. Please send by email with responses to the questions below to: – Susan.Hashemi@spaceforce.mil, Contracting Officer, and – Rebecca.Graham@spaceforce.mil, Contracting Officer. ANTICIPATED REQUIREMENT The North American Aerospace Defense Command (NORAD) and United States Norther Command (USNORTHCOM) (NNC) anticipates a requirement for a firm fixed-price service contract for Afghanistan Interpretation Services at eight (8) different locations within the continental United States. The anticipated NAICS code is 541930, Translation and Interpretation Services, with a small business size standard of $8 million. The anticipated SIC code is 7389. To satisfy the Government’s anticipated requirement, contractor support will be required to: – Perform simultaneous and consecutive English-Dari and Dari-English interpretation with translation capability for written summarization as necessary. Ability to interpret Dari is required. Desirable but not mandatory if they also have Pashto proficiency: Simultaneous and Consecutive English-Pashto and Pashto-English Interpretation required. – Must be able to appropriately engage with female Afghan Evacuees, children, and other vulnerable populations. – Personnel providing services must be fully vaccinated against measles, mumps and rubella, as well as the corona virus 2019. – Must dress conservatively with a deep understanding of appropriate customs. – Currently, the contractor will be required to book travel arrangements accommodations; however this may change. – Work schedule will be 40 hours per week with federal holidays off. The duration is anticipated to be 4 weeks for the initial phase, with potential for expansion/extension. – Contractor personnel will provide 8 hours of interpretation per day, per location. – The contractor personnel will accompany the Gender Advisory Support Personnel and will facilitate the Gender Advisor’s interactions with, and collection of information from, Afghan Evacuees, with a primary focus on women and girls. The government estimates the eight (8) Gender Advisory Support Personnel teams will operate concurrently. – Contractor personnel will primarily focus on conversations; however, translation of written material may be necessary. – Contractor personnel shall have a current certification by the American Literary Translators Association (ALTA) or equivalent; a minimum performance level of 12 on the ALTA scoring protocol or equivalent certification is required. – Must be able to begin immediately ideally before 27 September. Travel and onsite interpretation to begin ASAP. REQUESTED RESPONSES 1. Name of your firm: 2. CAGE Code: 3. Point of contact, phone number and email address: 4. Are you able to meet all the above requirements within the timeframe specified? 5. Are you a Small Business classified under the above NAICS code? a. If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? b. Per FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 6. Please provide any additional information you feel is necessary:

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

Strategic Management Consulting Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires strategic management consulting services per the attached Statement of Work (SOW). ATF will award to the responsible contractor whose GSA quote is the lowest-price, technically acceptable (LPTA). This procurement is set-aside for Small Businesses under the North American Industrial Classification System (NAICS) code 541611 with a size standard of $16.5M. Questions must be sent to Sheray.Millhouse@ATF.gov by 6:00pm Eastern Standard Time (EST) Friday, 8/13/2021 to be addressed. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response to this RFQ via eBuy, to include all-applicable price discounts/reductions and the fill-ins for ATF clause #ATF-50 in the attached Terms & Conditions document. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 10 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. TERMS AND CONDITIONS: To be considered for award, the Seller must comply with the provisions and clauses in the attached document and be either the manufacturer or Federally-authorized distributor of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. The Defense Priorities & Allocations System (DPAS) is not applicable.

Vehicle: PSS

RFP release date: 8/11/2021

Proposal due date: 8/18/2021

Related Attachments:

Read more

Strategic Workforce Planning and Development Services

Summary: In support of the DLA mission, DLA Human Resources (J1) helps build and sustain an exceptional civilian workforce with the capabilities to accomplish DLA’s present and future mission requirements. The customer (DLA J12) is looking to purchase contractor support for development and assessment of Competency Models, Career Mapping Tools, and Workforce Analysis. Project Objectives Purchase support for the development and assessment of new competency models and/or update and assess existing competency models for the DLA mission critical occupations (MCOs) across the DLA Enterprise using the DLA Competency Development process along with determining recommended strategies to mitigate identified competency gaps. MCOs are those occupational job series that set direction, directly impact or execute performance of mission critical functions/services and if not filled will cause mission failure. The DLA Enterprise includes Headquarters (HQ) employees (J Codes and D Codes), and Major Subordinate Commands (MSCs) within the Continental United States (CONUS) and Outside CONUS (OCONUS). Purchase support for the development of new DLA Career Mapping Tools and/or updating of existing DLA Career Mapping Tools for DLA MCOs across the DLA Enterprise and update the existing DLA Strategic Workforce Planning Guide (DLA SWP Guide). Purchase support for conducting comprehensive workforce analysis for the current DLA MCOs across the DLA Enterprise. Workforce analysis includes but not limited to demographics, retirement eligibility, turnover and other workforce management challenges such as recruitment and retention. All questions concerning this RFP shall be submitted to Anthony Gerardi and Kristin Schoeck in writing at Anthony.Gerardi@dla.mil and Kristin.Schoeck@dla.mil no later than Thursday, July 1, 2021 at 12:00PM (noon) EST. The answers to the vendor questions will be posted via amendment shortly thereafter. Offerors shall submit their proposal via E-MAIL. Offerors shall send all email responses to: Kristin Schoeck at Kristin.schoeck@dla.mil by 3:00 PM EST on the closing date of the solicitation. The email needs to have in the subject line: RESPONSE TO RFP SP4702-21-R-0016. If multiple e-mails need to be submitted, offerors shall put in the subject line: Email X of X. NOTE: E-Mails cannot be larger than 15MB in size. If necessary, the proposal shall be separated into multiple emails in order to comply with the e-mail size limitations. The vendor’s complete proposal package must be submitted, which includes the signed SF1449, the completed section B pricing document and pricing spreadsheet, completed clause fill-ins, and acknowledgement of any amendments to the solicitation. Importantly, the vendor must also submit technical information to support the evaluation criteria contained in sections L and M in the solicitation. The evaluation for this requirement will be conducted on a lowest priced technically acceptable basis. See attachments for additional details.

Vehicle: PSS

RFP release date: 6/25/2021

Proposal due date: 7/26/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com