SOURCES SOUGHT
U -- English Language Instructors
- Notice Date
- 9/21/2006
- Notice Type
- Sources Sought
- NAICS
- 611630
— Language Schools
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- Reference-Number-06ESL
- Response Due
- 10/2/2006
- Archive Date
- 10/17/2006
- Description
- SOURCES SOUGHT FOR ENGLISH LANGUAGE INSTRUCTORS This is a Sources Sought Notice (not a pre-solicitation notice pursuant to FAR Part 5) to identify sources that can provide English as a Second Language (ESL) instructors to a variety of countries around the world, possibly within minimum notice, as described below. Interested vendors must be able to respond with an ESL instructor team of a few (3-5 or so) ESL instructors to a specified country when called, and furnish them within just a few (3-6) weeks. The company could recruit from the target country if there are enough ESL-qualified native-English-speaking US citizens there or recruit from a US-based pool if the country could not supply those instructors needed. Prospective vendors can contact 2Lt Nicole Pierce, via email, at nicole.pierce@lackland.af.mil with questions or concerns. The following is a brief synopsis of qualifications that must be met. 1. Objective and Training: a. The objective of training is to provide students the necessary English as a Foreign Language (EFL) skills. Training shall be to the level necessary to allow students at least the minimum comprehension level of understanding for their specialty so, at the end of their English Language Training (ELT), they are prepared to receive specialty-based technical training. b. The course shall be identified and presented as academic. All training shall be based on Defense Language Institute English Language Center (DLIELC) approved courses, as provided by DLI. All instruction and technical information shall be in English. c. Proficiency objectives shall be measured, documented and demonstrated via DLIELC testing instruments to the level of skill required. 2. Full Time ESL Instructor Qualifications: a. Instructors shall be US citizens and native speakers of English. b. Work a maximum 40 hours per week, 8 consecutive hours (plus a 1-hour lunch break, unpaid) per day; Monday through Friday (or local work week equivalent) between the hours of 0715 and 1615. c. Master's degree in one of the following disciplines: 1. Teaching English to Speakers of Other Languages (TESOL) 2. Teaching English as a Second Language (TESL) 3. Teaching English as a Foreign Language (TEFL) 4. English as a Second Language (ESL) 5. English as a Foreign Language (EFL) 6. Applied Linguistics (or Linguistics) OR d. Undergraduate degree in ESL/EFL, English, or Foreign Languages; AND one year of professional level ESL/EFL teaching experience to adults OR e. Any undergraduate degree AND 24 semester hours (or equivalent) of undergraduate courses equivalent to a major in one of the above stated disciplines AND one year of professional level ESL/EFL teaching experience to adults. TEFL Certificates will not be accepted. 3. Contractor Responsibilities: a. Materials and Data: Contractor shall utilize training materials and data provided by DLIELC to perform this contract. DLIELC training course materials (American Language Course) will be provided to contractor. b. Contractor Travel: 1. If this training is performed outside the limits of the United States and its possessions, the contractor shall comply with the provisions/instructions set forth below. Passports, Visas and Permits: The Contractor is responsible for timely and complete submittal of the necessary information and forms directly to the appropriate government agency for the required passports, visas, licenses, permits, and immunization clearances. a. Conduct of Contractor Personnel. If found to be in the best interest of the Government, the Contracting Officer may, at any time during the contract performance, order the Contractor to remove any of his personnel from further performance. The Contractor shall bear all costs associated with such removal to include replacement of any personnel. b. The Contractor shall be responsible for all required support (housing, transportation, medical, administrative, personnel support services, etc.) for their personnel during the period of performance in-country. c. Quality Control: 1. The contractor shall apply its inherent quality management process to meet contract objectives. Contractor shall submit a Quality Control Plan to the Procurement Contracting Officer, for acceptance, at least thirty days prior to commencement of work. 2. The contractor's quality inspection documentation (i.e., metrics, reports, etc.) shall be made available to the DLI Technical Representative. The DLI's level of involvement cannot interfere with the contractor's Quality Assurance responsibilities This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid nor Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Interested sources should submit responses to 2Lt Nicole L. Pierce, 37 CONS/LGCB, 1655 Selfridge Dr., Lackland AFB TX 78236-5253. For any questions contact 2Lt Nicole L. Pierce at 210-671-1751, fax 210 671-1433, nicole.pierce@lackland.af.mil. Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, FAX Number, Size of Business pursuant to NAICS code 611630 (size standard $6,500,000), a brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), and a statement as to whether your company is domestic or foreign owned.
- Place of Performance
- Address: Lackland Air Force Base, San Antonio, TX
- Zip Code: 78254
- Country: UNITED STATES
- Zip Code: 78254
- Record
- SN01150735-W 20060923/060921220841 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |