Inactive
Notice ID:N6893619Q0287
The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this ma...
The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-Solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Equal Employment Opportunity & Diversity Office (Code 734000E) of the Naval Air Warfare Center, Weapons Division, Pt. Mugu, CA (NAWCWD-PM) and China Lake, CA (NAWCWD-CL) intends to procure qualified American Sign Language (ASL) interpreting services. Specific requirements include interpreting between ASL and spoken English using one of two techniques as warranted: simultaneous and consecutive interpretation. Alternatively, as appropriate, transliterates other visual communication modes such as sign supported speech-reading (oral method) and contact sign systems. THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTE. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Quote. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is R608; the NAICS is 541930 with a size standard of $7.5 million dollars. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business Set-Aside. ANTICIPATED PERIOD OF PERFORMANCE & CONTRACT TYPE It is anticipated that this contract will be awarded a firm-fixed price contract with a base year and four one year options. REQUIREMENTS See attached SOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to provide the services listed in the requirements section. This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years including contract number, organization support, indication of whether as prime or subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the procurement described herein; 4. Resources available to perform tasking indicated for the requirements stated above. 5. Company's ability to perform at least 50% of the work; and 6. Company's ability to begin performance upon contract award. The capability statement package shall be sent by email to William Glenn at william.s.glenn@navy.mil. Questions or comments regarding this notice may be addressed to William Glenn via email. All responses must include the following information: Company Name, Company Address, Company Business Size, DUNS number, Cage Code, Tax ID, and Point of Contact (POC) name, phone number, and email address. All capability statement packages must be received by the closing date and time.