Federal Bid

Last Updated on 25 Aug 2015 at 8 AM
Combined Synopsis/Solicitation
Bell Florida

Senegal Interpreter Services

Solicitation ID M27100-15-T-6012
Posted Date 10 Jul 2015 at 2 PM
Archive Date 25 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Bell Florida United states

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; proposals are being requested and a written solicitation will not be issued. Solicitation number M27100-15-T-6012 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 and Defense FAR Supplement Publication Notice (DPN) 20150115. 

The Special Purpose Marine Air Ground Task Force Crisis Response Africa (SPMAGTF-CR-AF) has a requirement for the following:

 

1.  Interpreter Services (see Attachment 1, Senegal Interpreter Services Performance Work Statement)

 

Firm-fixed price contract(s) will be awarded using the procedures at FAR Part 13, Simplified Acquisition Procedures. Quotes will be evaluated using the lowest price technically acceptable process. Technical acceptability will be determined by the offeror's ability to accomplish all tasks identified in the attached Performance Work Statements and meeting the administrative requirements to receive a contract (e.g., DUNS number).

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition as well as the addendum to FAR Provision 52.212-1. The full text for provision at 52.212-1, Instructions to Offerors-Commercial can be found at http://farsite.hill.af.mil/vffara.htm.  See the addendum to FAR Provision 52.212-1 below for details regarding this solicitation.

ADDENDUM TO FAR PROVISION 52.212-1

INSTRUCTIONS TO OFFERORS FOR RFQ M27100-15-T-6012

 

1. Offeror's submission should demonstrate the optimal capability in response to the requirement. Offers for the service to be provided shall be electronically submitted by e-mail, hand-carried or mailed and received at the following location by 7:00AM CENTRAL EUROPE TIME (CET), 10 August 2015:

 

Attn: Contracting Officer

II MEF Expeditionary Contracting Office

SPMAGTF-CR-AF 15.1

HQ Regiment, 2D MLG

PSC Box 20125

Camp Lejeune, NC 28542

 

OR

Staff Sergeant Jason Alexander

Email: [email protected]

Phone: +39 366 779 8952 

OR

Staff Sergeant Robin Spotts at

Email: [email protected]

Phone: +39 366 774 4876.

 

Offerors are advised that quotes sent by conventional US Mail service are not routed directly to the above address. Therefore, the possibility that a quote will not comply with the stated closing date/time exists; in such case the quote will be considered a "late submission." The physical address specified above should be utilized for delivery in person and mailing by an express mail service such as Fedex and UPS.

All questions shall be submitted, in writing via e-mail, to SSgt Robin Spotts at [email protected] or Staff Sergeant Jason Alexander at [email protected] by 7:00AM CENTRAL EUROPE TIME (CET), 05 August 2015. The Government does not anticipate extending the due date for receipt of quotes, therefore, review the RFQ and these instructions thoroughly so all of your concerns/questions can be addressed.

 

2. Offerors shall submit the following with their quote:

 

(a) A technically acceptable quote in accordance with Attachment 1, Senegal Interpreter Services Performance Work Statement (PWS). Offerors shall ensure that quotes submitted for this service include the unit cost per day for each separate task as well as the total cost for all tasks, for the entire performance period, identified in Attachment 1. Offerors shall ensure that quotes submitted for this service are in United States Dollars, $.

 

(b) Offeror Information. Offerors shall provide their DUNS Number or proof of an application for a DUNS Number with their response to this solicitation. Applications for a DUNS number can be submitted via web form at the following site:

http://fedgov.dnb.com/webform/pages/CCRSearch.jsp

The following FARS provisions and clauses apply to this acquisition and are included by full text.

The following DFARS provisions apply to this acquisition and are included by full text. DFARS 252.209-7992 (DEVIATION 2015-OO0005) must be completed and submitted with an Offeror's quote.

252.209-7992,  Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.

REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014)

                (a)  In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further  Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-

                                (1)  Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

                                (2)  Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

                (b)  The Offeror represents that-

                                (1)  It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

                                (2)  It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

 

252.203-7998,  Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010)

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)

 

(a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to signor comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of provision)

 

The following FAR provisions and clauses apply to this acquisition and are included by reference. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vffara.htm.
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.

The following clauses cited in 52.212-5 are also applicable:
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.222-50, Alternate I (Mar 2015), Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

The following DFARS provisions and clauses are applicable to this acquisition. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vfdfara.htm.

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirements to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.222-7002, Compliance with Local Labor Laws (Overseas)
252.225-7041, Correspondence in English
252.232-7008, Assignment of Claims (Overseas)
252.232-7010, Levies on Contract Payments
252.233-7001, Choice of Law (Overseas)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Items

The requirement at NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) is also applicable to this acquisition.

Questions regarding this RFQ can be sent to Staff Sergeant Alexander at [email protected] and phone number is +39 366 779 8952.

OR

Staff Sergeant Spotts at [email protected] and phone number is +39 366 774 4876.

 

Only quotes received before 7:00AM CENTRAL EUROPE TIME (CET), 10 August 2015 will be considered for award.

For additional details, review the attached Performance Work Statements.

Bid Protests Not Available

Similar Past Bids

Camp lejeune North carolina 10 Jul 2015 at 2 PM
Location Unknown 09 Jun 2023 at 4 PM
Avery Texas 18 Jul 2018 at 6 PM
Norfolk Virginia 13 Apr 2011 at 5 PM
Aberdeen Maryland 27 Aug 2019 at 7 PM

Similar Opportunities

Charleston South carolina 09 Jul 2025 at 8 PM
Location Unknown 15 Jul 2025 at 6 PM
Location Unknown 31 Dec 2026 at 5 AM (estimated)