BPA - Translation and Interpreting Service PSC R608
ID: N0017424SN0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 21, 2023, 4:36 PM UTC
  2. 2
    Updated Sep 30, 2024, 12:00 AM UTC
  3. 3
    Due Nov 11, 2028, 5:01 AM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.

Point(s) of Contact
Files
Title
Posted
Sep 30, 2024, 7:00 PM UTC
This document outlines the process for evaluating past performance of potential contractors for a Blanket Purchase Agreement regarding Translation and Interpreting Services. It serves as a Past Performance Questionnaire, which requires information about the offeror's performance from their previous contracts. Key evaluation criteria categorize performance as either "Acceptable" or "Unacceptable," based on how well the offeror met contract requirements and the effectiveness of their corrective actions when issues arose. The criteria assess customer satisfaction, timeliness, technical competency, program management, and service quality. Additionally, the questionnaire solicits subjective feedback regarding the contractor's recommendation for similar contracts and any unique issues that should be noted for decision-making purposes. By aiming to obtain critical insights into a contractor's performance history, the document plays a vital role in ensuring the federal government's procurement process maintains high standards for service delivery.
Mar 28, 2024, 7:16 AM UTC
This document is a past performance questionnaire for a Blanket Purchase Agreement for translation and interpreting services. It includes guidelines for rating the offeror's past performance as acceptable or unacceptable, as well as a subjective response section to recommend the contractor for similar contracts or address any special or unique problems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
BPA - IT and Telecom PSC 7E20
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for professional patent and trademark services. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for supporting the Navy's intellectual property needs and ensuring compliance with legal standards. Interested vendors must submit their documentation and past performance references by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Educational Support Services, specifically in areas such as training lectures, personnel testing, and curriculum development. The procurement aims to engage small businesses that can provide competitive pricing for a range of educational services, which are essential for enhancing the capabilities and training of personnel within the Navy. Interested vendors must submit documentation demonstrating their capabilities, including past performance references, by April 30 for June awards or October 31 for December awards, with contact points available for further inquiries at barbara.j.grinder.civ@us.navy.mil and brandi.l.sorzano.civ@us.navy.mil.
BPA - Semiconductor & Related Device Manufacturing PSC 3670
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for semiconductor and related device manufacturing services. The procurement aims to engage small businesses that can provide standard commercial supplies and services in the specialized semiconductor manufacturing sector, specifically under NAICS code 334413 and PSC code 3670. These BPAs will facilitate competitive pricing and ensure quality through a rigorous evaluation of past performance, focusing on customer satisfaction, timeliness, technical success, program management, and quality of services. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further details.
Indian Head Master BPA
Buyer not available
Solicitation DEPT OF DEFENSE is seeking a Blanket Purchase Agreement (BPA) for standard commercial supplies and services in Indian Head, Maryland. The BPA categories include Hand Tools, HVAC, X-ray Film, Cylinder Gas, Safety Coveralls, Containers, Electrical/Electronic, Telecom, Court Reporter/Arbitrator, Patent Services, Education, Fire Protection, Chemicals, and Facilities Support Service. Interested companies must provide documentation of capabilities, complete a price list, and have active accounts in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). ITAR Certification is required for export controlled technical information. Large businesses and team arrangements are considered. Vendors with technical merit will be issued a Master BPA for future bidding. Past performance information will be considered. Contact Dr. David Greaves, Michelle Reeves, Marlene Ridgell, Sarah Hayden, Jodi Fields, or Angela Tejeda for more information.
BPA - Clothing, Special Purpose PSC 8415
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of special purpose clothing under the PSC code 8415 and NAICS code 315990. Interested vendors must demonstrate their capabilities and expertise by providing a cover sheet, a price list, and at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
BPA - Electrical and Electronic Components PSC 5999
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Electrical and Electronic Components under PSC Code 5999 and NAICS Code 335999. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold. The goods and services are critical for various defense applications, and vendors will be evaluated based on their past performance, including customer satisfaction and technical success. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and they can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
BPA - HAND TOOLS PSC 5110, 5120, 5130
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for hand tools, specifically in the categories of edged, nonpowered (PSC 5110), nonedged, nonpowered (PSC 5120), and power-driven tools (PSC 5130). The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on small businesses as this opportunity is set aside for total small business participation. The selected vendors will be evaluated based on their past performance, including customer satisfaction, timeliness, and quality, with a minimum of three past performance references required for consideration. Interested vendors must submit their documentation and references by April 30 for a June award or by October 31 for a December award, and can reach out to Barbara Grinder or Brandi L. Sorzano for further information.