SOURCES SOUGHT
U -- Defense Language Institute Foreign Language Center (DLIFLC) Test Item Development Multiple Award IDIQ
- Notice Date
- 1/18/2024 7:43:51 AM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- GSA GAS AAS REGION 6 KANSAS CITY MO 64108 USA
- ZIP Code
- 64108
- Solicitation Number
- 47QFHAK0001
- Response Due
- 1/19/2024 10:00:00 AM
- Archive Date
- 02/03/2024
- Point of Contact
- Forrest Hancock, Phone: 816.823.1289, Chris Nettey, Phone: 816.719.8407
- E-Mail Address
-
forrest.hancock@gsa.gov, christopher.nettey@gsa.gov
(forrest.hancock@gsa.gov, christopher.nettey@gsa.gov)
- Description
- The Defense Language Institute Foreign Language Center (DLIFLC) has a need for the creation of test items. DLIFLC has developed a reading and listening test, the Defense Language Proficiency Test (DLPT5), to assess the foreign language proficiency of military and Government linguists. DoD's strategic readiness depends on the results of these tests which would determine linguists� capability. Therefore, continuous development and maintenance of DLPT5 test content is mission critical. A Test Item is the task for which an examinee provides a response, and the means for evaluating the response. Test Items are comprised of either Reading or Listening passages in a specific foreign language, each assigned an Interagency Language Roundtable (ILR) proficiency rating. For a Multiple-Choice test, the Test Item includes one stem question and four response choices, one of which is the most correct. For a Constructed Response Test, the Test Item includes one stem, a list of potential ideas for scoring, and a Credit Scheme for scoring the examinee�s response. In all cases, English renderings accompany each Test Item delivered. Currently, there are approximately 450 languages and dialects for which DLIFLC may have a demand for Test Items. ILR ratings range from 0 (No proficiency) to 5 (Native proficiency). A designation of 0+, 1+, 2+, 3+, or 4+ is assigned when proficiency substantially exceeds one skill level but does not fully meet the criteria for the next level. Thus the scale totals 11 possible grades. DLIFLC anticipates annual demand for 5000 to 7500 DLPT5 test items that conform to DLPT item development specifications and cover multiple Interagency Language Roundtable language proficiency (ILR) levels from amongst approximately 350 foreign languages and dialects. THE GOVERNMENT REQUESTS THAT PROSPECTIVE OFFERORS ANSWER THE FOLLOWING QUESTIONS: 1.� What type of work has your company performed in the past in support of the same or similar requirements for Foreign Language Test Item Development? 2.� What specific technical skills does your company possess which ensure capability to perform the PWS tasks for Foreign Language Test Item Development adhering to Interagency Language Roundtable (ILR) ratings? 3.� Please provide any comments, concerns, and/or suggestions (especially as related to the attached draft PWS) that would help GSA improve the quality of possible future solicitations related to this RFI?� (Such as: Are any aspects of the PWS too restrictive? Are any aspects of the PWS inhibiting innovation in performing the tasks? Is there any suggestive language of the PWS and feedback on the attached draft PWS?) 4.� With respect to the award of individual task orders, please provide feedback and industry perspective on the following: -Time required to prepare a proposal after receipt of a task order request. -What are issues that may affect the timeline in the development of Foreign Language Test Items? -What is a suitable quantity of Foreign Language Test Items and number of languages per task order? -Is there an ideal period of performance for a task order? 5. What are the major risks associated with Foreign Language Test Item development and your ability to continuously provide high performance if awarded this contract? How do you mitigate this risk? 6.� What is the key to success in Foreign Language Test Items Development? What are the main inhibitors that may prevent success? 7.� What are your thoughts on pricing at the IDIQ level?� Typically, IDIQs for services include ceiling labor rates and associated hours for the labor categories.� Do you have any suggestions for additional and/or alternate price/cost elements? 8.�� How do you itemize your hours/labor rates, and how do you propose the Government evaluate/assess your labor rates and hours for the creation of Foreign Language Test Items? 9.� Is it clear what deliverables would be required at the IDIQ level and the TO level? 10. Please list any other miscellaneous questions or feedback that you may have.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60dab8bbae4243cb97a54b88e0f11609/view)
- Place of Performance
- Address: CA 93944, USA
- Zip Code: 93944
- Country: USA
- Zip Code: 93944
- Record
- SN06939406-F 20240120/240118230053 (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 |