SOLICITATION NOTICE
U -- Contracted Military Language Instructors for DLIFLC, Monterey CA
- Notice Date
- 1/20/2012
- Notice Type
- Presolicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- MICC - Presidio of Monterey (RC - West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N12R0006
- Response Due
- 2/22/2012
- Archive Date
- 4/22/2012
- Point of Contact
- Todd Bales, 831-242-4078
- E-Mail Address
-
MICC - Presidio of Monterey (RC - West)
(todd.s.bales@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Mission and Installation Contracting Command Presidio of Monterey has a requirement for Contracted Military Language Instructors (CMLIs) at the Defense Language Institute Foreign Language Center (DLIFLC) in Monterey California. The CMLIs provides subject matter expertise and experience related to language studies and augments the cadre of active duty military language instructors (MLIs). The CMLIs shall conduct qualified instruction in language and military-related language subjects to DoD personnel and others who are attending resident basic language courses in DLIFLC. The courses are 26, 36, 48 or 64 week intensive courses (course length dependant on the course language). Compressed courses of other lengths are also offered. Solicitation number W9124N-12-R-0006 will be available on or about 1 February 2012. The technical proposal will consist of, but is not limited to the following: Subfactor A: Organizational Structure (1) Provide an organizational chart that clearly identifies the management, language teams, and key positions to be utilized in performance of the contract. (2) Provide qualifications and experience of Project Manager and Key Personnel (including Resumes). (i) Describe the project manager's role in the organization and indicate which position/role will have the prime responsibility for total coordination of all disciplines. (ii) Provide full Job/Position Description of each of the personnel who will be performing under this contract. (3) Describe overall management approach with regard to organization, coordination, monitoring, and control of projects. Describe interface with on-site, home office, subcontractor operations, language teams, government project managers, contracting officials, inspectors, and users demonstrating thorough understanding of the testlet development process. (4) Provide a plan for training services and recruiting additional personnel if needed to meet the requirements of the contract. Subfactor B: Quality Control Plan (1) Describe quality control processes and methods, which will ensure only high quality materials and workmanship. Address how the contractor will monitor their performance to ensure timeliness of performance, accuracy and completeness. (2) Describe the tools/methods to be used to identify poor performing subcontractors and/or in-house personnel. (3) Describe how often work will be inspected/reviewed and how interface with Government inspectors and planners will be accomplished. Subfactor C: Subcontract Management Plan Describe the method and criteria to be used in selection of subcontractors. Describe policies and procedures for subcontractor management, including surveillance, scheduling, and performance. Subfactor D: Project Execution Describe procedures, processes and methods for tracking the progress of the project and interface with the Government from beginning to end. Subfactor E: Relevant Experience The Contractor shall submit with their proposal a description of their relevant experience in the following areas: (which are the sub-factors of relevant experience): (1) Language Constructed Response Test Item development (2) Quality assurance of Language Constructed Response Test Item development. (3) Ability to recruit qualified language experts in solicitation's/contract's eleven (11) languages. In the technical proposal the contractor must address their relevant experience ensuring the sub-factors shown above are addressed. Please see the solicitation for complete performance work statement, instructions to offerors, and evaluation criteria. Proposals are due Wednesday, 22 February 2012 at 3:00 pm (Pacific Standard Time) This acquisition is reserved for Small Business. The North American Industry Classification System (NAICS) code for this project is 611310 with a size standard of $7.0M. Performance period is 11 April 2012 - 10 April 2013. The contract will be a single award, Firm-Fixed-Price type contract. Solicitation number W9124N-12-R-0006 will be available on or about 1 February 2012 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the Central Contractor Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of Contact (POC): Todd S. Bales, Contract Specialist Phone: 831-242-4078 e-mail todd.s.bales@us.army.mil Alternate POC: Mr. Lam Pham, Contract Specialist Phone 831-242-3617 e-mail: lam.v.pham@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ceadab9ca35cefea7b7c6848ebb6cce1)
- Place of Performance
- Address: MICC - Presidio of Monterey (RC - West) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN02657991-W 20120122/120120234201-ceadab9ca35cefea7b7c6848ebb6cce1 (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 |