Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

M -- Defense Language Institute-Presidio of Monterey Oral Proficiency Interviews Testing Program

Notice Date
7/8/2020 1:11:55 PM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
PANMCC-20-P-0000-022081
 
Response Due
7/15/2020 1:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Alan Wilken, Phone: 7575018138
 
E-Mail Address
alan.g.wilken.civ@mail.mil
(alan.g.wilken.civ@mail.mil)
 
Description
Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research by the Mission and Installation Contracting Command-Fort Eustis, VA.� It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation part of United States Government.�The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement.�The US Government will use this market research information to assess the market's capability to successfully meet the United States Governments requirements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES. Multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE� RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� The Defense Language Institute Foreign Exchange Center (DLIFLC) mission is to manage, coordinate, and schedule all OPI testing as well as to manage testing worldwide for OPI. DLIFLC also serves at the central focal point of contact for questions for OPI's within DoD and other agencies to include State departments. DLIFLC services, as detailed in the included PWS, for the follow on contracts to the current single Award, task order contracts at Presidio of Monterey, CA. are firm fixed priced with an average estimate of 14 task orders per year. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation.� Support includes specific tasks in the following areas: Telephonic OPI Testing Services; OPI Quality Assurance Services; Face-to-Face OPI Testing Services; English Translations of OPI's; Recruitment and Scheduling of language experts for low-density language testing. The intended award will result in an indefinite delivery, indefinite quantity (ID/IQ) contract.� The objectives are to provide Oral Proficiency Interview Testing services as defined in the Performance Work Statement.� The associated�NAICS Code is 611710.� Size standard for this NAICS code is�$16.5M.� Interested persons may identify their interest and capability by responding to the sources sought. All capabilities statements received within the closing date set in this synopsis will receive a capability assessment. Please include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Total page limit for your total response shall not exceed 20 pages. 1. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history,office locations, DUNs number, etc. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If significant subcontracting or teaming is anticipated provide evidence that the prime will be in compliance with FAR 52.219-14 Limitations on Subcontracting and Deviation 2019-O0003. 3. This Sources Sought contains the following attachments: Defense Language Institute-Presidio of Monterey Oral Proficiency Interviews Testing Program Questionnaire (Attachment 1) Draft Defense Language Institute-Presidioi of Monterey Oral Proficiency Interviews Testing Program Performance Work Statement (Attachment 2) Please submit your responses as follows: Volume One shall be your company�s capability statement. Shall not exceed 10 pages. Volume Two shall contain your responses to the�questionnaire (Attachment 1).� This shall not exceed 10 pages. Your response shall not exceed 20 pages. 4. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Businesses of all sizes are encouraged by responding. Each respondent must clearly identify their business size in their capabilities statement. All interested businesses that are capable and responsible sources that would like to respond to this synopsis are encouraged to provide a statement of interest along with supporting substantiation and a capability assessment input to Mr. Alan Wilken, Contract Specialist, via email at alan.g.wilken.civ@mail.mil and Mrs. Rhoda C. Harrison-Spence at rhoda.c.harrison-spence.civ@mail.mil no later than 400 pm EST on�8 July�2020. All responsible sources may submit a capability statement (no longer than 20 pages) which shall be considered by the agency. No phone calls will be accepted. The Government is not committed nor obligated to pay for this information provided, and no basis for claims against the government shall arise as a result to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ddb8aceaf9f8401f9a9d530c84d1765d/view)
 
Place of Performance
Address: Monterey, CA 93944, USA
Zip Code: 93944
Country: USA
 
Record
SN05715364-F 20200710/200708230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.