Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
SOURCES SOUGHT

U -- Defense Language Institute, Foreign Language Center, Washington, DC

Notice Date
6/30/2010
 
Notice Type
Sources Sought
 
NAICS
611630 — Language Schools
 
Contracting Office
Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S010DLIW
 
Response Due
7/16/2010
 
Archive Date
9/14/2010
 
Point of Contact
Shaina McKeel, 757.878.3166
 
E-Mail Address
Fort Eustis Contracting Center (W911S0)
(shaina.mckeel@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement seeking only Small Business responses in order to determine Small Business participation in this acquisition. The Mission and Installation Contracting Command, Center Fort Eustis (MICC CE) intends to procure foreign language training support services and instruction in support of the mission of the Defense Language Institute, Foreign Language Center (DLIFLC), Washington DC office. The services to be performed are foreign language training support services and instruction for authorized personnel (United States Government (USG) and their adult family members) as required for effective performance of their duties in connection with programs of the Department of Defense (DoD) or other Federal agencies. Training requirements in any given year typically cover 65 or more languages; among these, the contractor must be able to teach the following: French, Spanish, Russian, Arabic, Chinese-Mandarin, Portuguese, Serbian/Croatian, Pashto and Dari. Courses range from familiarization courses of a few weeks to basic courses of 26-64 weeks. Typical student load is 200-300 resident students at any given time and 600-700 in the course of a year, but hundreds more are trained under DLIFLC and DLI Washington Office auspices at USG facilities elsewhere in the US. Course objectives, curricula and evaluation are based on the Interagency Language Roundtable (ILR) Skill Level Description, viewable at http://www.govtilr.org/skills/ilrscale1.htm, and range from level 0+ to level 3 and occasionally beyond, as well as on related performance standards. Resident training is highly unpredictable, with changes such as curtailments, extensions, and class divisions the norm rather than the exception. Management, oversight, and infrastructure must be sufficient to support at least 30 but up to 100 full-time individual or small-group classes simultaneously. Classroom facilities must be equipped to take advantage of currently-available and emerging technological capabilities relevant to second-language acquisition. The Contractor is expected to provide educated native speakers of the standard variant of the target languages, who possess English capability in the 2-range, facility with learning technologies, including wide use of Internet sources, and the ability to adapt to students with varying learning styles and requiring different learning strategies. The requirement for development of training materials requires personnel with higher-level skills: English proficiency at or approaching level 3; wide experience with the use of the Internet to locate appropriate authentic materials; and computer literacy sufficient to production of web-delivered learning materials. Curriculum development and delivery of training are to be overseen by contractor personnel with experience and/or credentials in second language acquisition and the utilization of language skills in the performance of US Government and Department of Defense missions. Formative evaluation and academic counseling are required. The contractor is expected to locate, acquire and compile into coherent curricula such learning materials, including authentic materials, as are necessary to meet the goals of each student. The contractor is responsible for providing all necessary classroom facilities, including routine access to video and audio materials as well as Internet sources. These premises must be located in the Washington, DC, metropolitan area. Additionally, requirements are expected for Mobile Training Team (MTT) instruction on Government installations in CONUS, with general oversight provided by DLIFLC or other DoD onsite training managers. These requirements vary in length from days to months or longer, in level of training from familiarization to professional proficiency, in languages from commonly-taught to those less-commonly-taught but of high national security priority, and in quantity from a single instructor to dozens. Long-distance support and quality control of the instructor corps and their work remains the Contractors responsibility during the MTT. Curriculum tailored to the specifics of the mission is generally required and is also the responsibility of the Contractor. The designated NAICS code for resident training is 611630; with size standard of $7.0 million. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), number of employees, average revenue for last three years, and your companys capability to do this type of work. Documentation of technical expertise, capability, and capacity must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition, but should not exceed five (5) pages in length. Documentation of capability and experience in the languages listed above must be included. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC by COB 16 July 2010, ATTN: Shaina McKeel, Contract Specialist, 2746 Harrison Loop, Ft. Eustis, VA, 23604. Submission via email is recommended to shaina.mckeel@us.army.mil. Any questions should be directed to Shaina McKeel at shaina.mckeel@us.army.mil. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/023237d04cfe87beae892a11ce359c71)
 
Place of Performance
Address: Fort Eustis Contracting Center (W911S0) Building 2746, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02192761-W 20100702/100630235042-023237d04cfe87beae892a11ce359c71 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.