Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2012 FBO #4054
SOURCES SOUGHT

U -- English Technical Services

Notice Date
12/28/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-13-Q-SS01
 
Archive Date
1/30/2013
 
Point of Contact
Ryan K. Gregory, Phone: 5406653946, Lana Birdsell, Phone: 540-665-2617
 
E-Mail Address
ryan.k.gregory@usace.army.mil, jean.l.birdsell@usace.army.mil
(ryan.k.gregory@usace.army.mil, jean.l.birdsell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION - THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers (USACE), Transatlantic Division, Middle East District (TAM) is seeking preliminary marketing information from capable and reliable sources. TAM is contemplating the award of one or more contract actions for the acquisition of Technical English Language Training for foreign students. Based upon international agreements, TAM provides friendly Foreign and Allied Governments with facilities and infrastructure support. As part of our support to Host Nations (HNs), TAM trains HN government employees (military and civilian) in how the Corps performs its missions, and assists in the individual's professional training in technical fields. To further this learning experience and enhance the support provided by TAM, some HNs have asked if TAM could support HN employees with Technical English Language Training. TAM defines Technical English Language Training as advanced training in the English language specifically focused on the areas of engineering, architecture, design, construction, technical report writing, and facility operations and maintenance. Selected students would already have a basic skill in conversational and written English (as a second language), and would generally have a non-US college degree in a technical area, but they would not likely be totally familiar and comfortable with English technical terms from the areas listed above. TAM desires that any traditional classroom training be augmented with "immersion" type training, whereby students are immersed in technical English for considerable periods of time, are frequently tested for accuracy and competency, and have practical exercises in such tasks as reading blueprints/drawings, creating technical reports from raw data, performing design reviews and write-up, and similar situations. Students could also be expected to be trained to be competent and comfortable with terminology regarding computer aided drafting and design (CADD), databases, spreadsheets, design/construction scheduling software, design and construction contracts, and similar areas. TAM also desires that applicable students be scheduled for some time with a US Architect-Engineer or Construction firm affiliated with the service provider to augment the training with real-world situations. TAM is currently looking at a program in the neighborhood of 24 weeks in duration, but TAM prefers to utilize an existing program of similar nature rather than a special program specifically designed for this requirement. It is intended that this training would take place within the CENTCOM AOR TAM does not currently have expectations regarding who provides the administrative and logistical support for students. For instance, TAM currently has no preference whether the provider of the requested services would be responsible for the lodging of students. Respondents should provide a Statement of Capabilities, which should include, as a minimum: (1) identification of resources available to successfully perform the various services as outlined above; (2) a list stating which of the services above have previously been provided; (3) details regarding currently available programs; (4) ability to tailor such programs to TAM's general requirements as articulated above; (5) ability to create an entirely new program based on TAM's requirements; (6) ability to support lodging, transportation, feeding, and other support requirements of a student; and, (7) ability to support the entire training curriculum in a foreign locale. Please limit your responses to 25 pages or less, Times New Roman, 10 font or larger. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. TAM will use the information for technical and acquisition planning. Any acquisitions in this area may follow in a way that will best meet TAM's needs. The Government invites comments related to possible purchase or acquisition strategies. TAM will not reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. Information submitted to TAM in response to this RFI will be treated as strictly proprietary unless otherwise indicated. Information submitted in response to this RFI will be used for TAM business development activities. It is emphasized that this RFI is for planning and information purposes only, and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Questions may be directed to the contacts listed in the paragraph below. Interested parties shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: Ryan Gregory at ryan.k.gregory@usace.army.mil or Jean L. Birdsell at jean.l.birdsell@usace.army.mil no later than 3:00 P.M. (Eastern Standard Time) on January 15, 2012. In addition to the statement of the offeror's capabilities listed above, please provide answers to the following questions. Reference question number with each response as follows: 1. Company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, Commercial and Government Entity (CAGE) Code, Dun & Bradstreet (DUNS) Number, and size of your organization (i.e. Large Business, Small Business) you are using as the basis for your response. 2. Is your company a foreign-owned/foreign-controlled firm and/or do you contemplate the use of foreign national employees on this effort? Responses must reference the sources sought, and contain the respondent's commercial and government entity (CAGE) code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-Q-SS01/listing.html)
 
Record
SN02956588-W 20121230/121228233748-ca60fa905f43770a4503ed381a0c7c86 (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.