This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition
Regulation (FAR) Subpart 12.6 and Subpart 13 as supplemented with additional information included in this
notice. Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a Multiple Award
Blanket Purchase Agreement (BPA) using Simplified Acquisition Procedures for Sign Language Interpreters
based within a 50-mile radius of the Washington, D.C. metropolitan area to provide services in West Bethesda, Maryland, that meets the specifications outlined below. This solicitation is set aside for small business. This announcement constitutes the only solicitation and a written solicitation will not be issued. Capability packages are being requested under Request for Quotation (RFQ) no. N0016725Q0088. The NAICS code is 541930 and the business size standard is $22,500,000.00.
The provisions and clauses included and/or incorporated in this solicitation document are those in effect through
the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal
Acquisition Circular FAC 2024-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN
20240215. SEE ATTACHED SOLICITATION FOR CLAUSES AND PROVISIONS.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote,
conforming to the solicitation that will be most advantageous to the Government, price and other factors
considered. The Government intends to evaluate all timely quotes received from eligible quoters on a lowest
price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract
without discussions with quoters.
Evaluation Factors (See 52.212-2- Evaluation—Commercial Products and Commercial Services)
1. Technical Proposal
The Government will evaluate offers in accordance with the guidelines identified in the Performance Work
Statement (PWS).
2. Past Performance.
The past performance evaluation assesses the degree of confidence the Government has in the Quoters ability to
provide products and services that meet its customers’ needs based on a demonstrated record of performance.
The Government may consider past performance information contained in the Past Performance Information
Retrieval System (PPIRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS).
The Government may also contact all or some of each Quoters customers to obtain past performance information.
The Government reserves the right to limit or expand the number of references it decides to contact, and contact
references other than those provided by the Quoter. In the case of an Quoter without a record of relevant past
performance or for whom information on past performance is not available, the Quoter will not be evaluated
favorably or unfavorably on past performance.
Questions/clarification regarding this solicitation must be submitted via email to lametria.r.smith.civ@us.navy.mil by Wednesday, 9 April 2025 9:00 AM EST All questions will be answered
in an amendment to the solicitation.
Quote packages are due by Wednesday, 23 April 2025 at 11:00 AM EST. Late quotes will not be
considered. Quote packages shall be sent to lametria.r.smith.civ@us.navy.mil and contain a cover sheet that provides the following information:
a. Official Company Name;
b. Point of contact including name and phone number; and
c. Cage Code number.
The Point of Contact for this acquisition is Lametria Smith, at lametria.r.smith.civ@us.navy.mil