Skip to main content

An official website of the United States government

You have 2 new alerts

Japanese Defense Forces Interpretation and Translation

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Apr 09, 2024 02:44 pm PDT
  • Original Response Date: Apr 24, 2024 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 26, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R608 - SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING
  • NAICS Code:
    • 541930 - Translation and Interpretation Services
  • Place of Performance:

Description

(1) INTRODUCTION AND PURPOSE The purpose of this Sources Sought is to conduct market research to
determine if responsible sources exist, to assist in determineing if this effort can be competitive and to gain market
knowledge of potentional qualified sources and their size classifications relative to the North American Industry
Classification Systems (NAICS) code 541930 for Translation and Interpretation Services. Responses to this Sources
Sought Synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement
and make appropriate determinations about potential sources. No solicitation is currently available and as such this is
not a request for proposal and in no way obligated the Government to award any contract. A decision to set aside all
or part of this requirement is dependent upon a review of the information submitted in response to this Sources
Sought. After review of the responses to this Sources Sought announcement a Synopsis and/or Soliciation
announcement may be published.

(2) PROGRAM DESCRIPTION: The NAWCWD Test Management Branch requires interpretation and translation
services, in addition to test management support services for the Point Mugu Sea Range (PMSR) Test Management
Branch and the Japanese Defense Forces.

(3) REQUIRED CAPABILITIES: These services shall facilitate communication, operational test support, and
reporting between the Government and Foreign Military Sales (FMS) customers by preparing documents and
software packages for the designing, planning, cost estimating, and scheduling of all test and evalation operations.

(4) PLACE OF PERFORMANCE: Naval Base Ventura County, Point Mugu, CA and Naval Base Ventura County,
San Nicolas Island (SNI).

(5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed Fee (CPFF) contract.

(6) SPECIAL REQUIREMENTS: N/A

(7) ADDITIONAL INFORMATION: N/A

(8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a
written response which shall be considered by the agency. The written response shall reference Solicitation number
N68936-24-R-0017 and provide a capanility statement that clearly indicated the firm’s experience, assests,
background, and ability to perform the required work without compromising the quality, accuracy, reliability, and
schedule.

Contractor responses shall also include the following information:
a) A reference to the Solicitation number and brief title of this announcement;
b) Company name and address;
c) Company’s point of contact name, phone, fax, and e-mail;
d) Declaration as to whether a U.S. or Foreign company;
e) Company size (Small or Large according to the identified NAICS and size  standard identified);
f) If your company is a small business, specify type(s);
g) Provide any anticipated teaming arrangments and delineate between work to be accomplished by the prime and
the work to be accomplished by the teaming partners;
h) A brief capabilites statement package (no more than 5 pages in length, double spaced, 12 point font minimim),
demonstrating ability to perform the specific requirements discussed above;
i) An outline of previous projects related to the program description, identify specific work previously performed
or currently being performed related to the program description; and
j) Any other specific and pertinent information as pertains to this particular area of procurement that would
enhance the Government’s consideration and evaluation of the information submitted.

Questions and comments are highly encouraged.

The results of the Sources Sought may also be utilized to determine if any Small Business Set-Aside opportunities exist using
NAICS code. All Small Business Set-Aside categories will be considered.
Vendors should appropriately mark any data that is proprietary or has restricted data rights.

Responses shall be submitted by e-mail to the point(s) of contact listed above no later than 15 days from this notice date.
(POC information auto-populated in FBO via the table above so it is not necessary to include it here. See Sub Part FAR 5.2 to
ensure preparation and transmittal requirments are met.)

DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR
PROPOSAL. 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. ANY INFORMATION SUMBITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION
IS STRICTLY VOLUNTARY.

Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.   

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
 

Contact Information

Contracting Office Address

  • WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
  • CHINA LAKE , CA 93555-6018
  • USA

Primary Point of Contact

Secondary Point of Contact

History