Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOLICITATION NOTICE

R -- Development and Administration of the Foreign Service Officer Test

Notice Date
2/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SAQMMA08R0143
 
Point of Contact
Tracy Robinson, Contract Specialist, Phone 703-875-4752, Fax 703-875-6085, - Reaver Clements, Contract Specialist, Phone 7038755077, Fax 7038756085
 
E-Mail Address
RobinsonTC@state.gov, clementsrl@state.gov
 
Description
The U.S. Department of State, Office of Acquisition Management (A/LM/AQM), on behalf of the Bureau of Human Resources (HR), Office of Recruitment, Examinations and Employment (HR/REE) has a requirement for Contractor services for the development and administration of the Foreign Service Officer Test (FSOT). The solicitation is being released as a request for proposals (RFP) under solicitation number SAQMMA08R0143. This requirement will be solicited under full and open competition. The contractor shall provide the following items/services: (1) Project development plan and implementation timeline for FSOT - The management plan shall provide a project development plan and timeline of mileposts, and implementation descriptions and timeline for each essential operation, consultation and/or action for the registration and administration of the FSOT; (2) Registration system - Develop, update as needed, and maintain a secure web-based registration system; (3) FSOT components - Develop a computer-based testing instrument known as the Foreign Service Officer Test (FSOT) for administration as the initial part of the selection process for Foreign Service Officers. The FSOT shall include the following components: job knowledge, English expression, non-cognitive test of skills and abilities, and essay prompts; (4) Study Guide and Guide to the Foreign Service Officer Selection Process - Prepare and make available for purchase commercially a Study Guide for the FSOT; (5) Test specifications and validation plan - Provide professional and technical services and produce materials, procedures and reports with respect to the FSOT that will satisfy legal and professional standards and prevailing guidelines in the field of personnel measurement and selection (Uniform Guidelines on Employee Selection Procedures, The Principles for the Validation and Use of Personnel Selection Procedures, and the Standards for Educational and Psychological Tests); (6) FSOT Administration at Test Centers and Training - Provide domestic test centers capable of secure computer-based delivery of the FSOT to approximately 6,500 test takers per test window, and manage and provide training for staff at all domestic and overseas test centers; (7) Scoring and Reports - Scoring and reporting the results of the examination; (8) Results Reporting, Super Critical Need Language (SCNL) letters, and Oral Assessment Scheduling - Maintain web-based system to notify applicants by email of FSOT results, inform them of need to test in a SCNL (which includes Arabic, Chinese-Mandarin, Dari, Farsi, Hindi, Urdu, or others as the Department may determine) as needed, and schedule successful applicants for the Oral Assessment; (9) Compliance with system requirements for Information Technology resources - Provide web-based secure registration and test delivery systems that meet Department of State standard operating procedures and Federal IT security standards; and (10) Litigation support - Provide support to the Department of State in connection with litigation-related matters regarding development and administration of the Foreign Service Officer Test for any test that the Contractor has developed and administered. The Department of State anticipates a Cost-Plus Fixed-Fee contract for a base year plus four additional one-year options. All contractors must be registered in the Central Contractor Registration (CCR) system at http://www.ccr.gov to be eligible for award. It is anticipated that the solicitation due date will be 30 days after release of the solicitation on or about March 20, 2008. The purpose of the FedBizOpps announcement is to notify potential offerors of this requirement. To streamline the procurement process, and to utilize the internet and electronic communications to the maximum extent possible, the RFP, any amendments, and other related items for this procurement are posted via the internet at http://www.fedbizopps.gov. Please continue to check this website for all further information regarding this procurement. Interested offerors are required to download the RFP and all related documents from the website listed above. Note: Offerors must only submit written electronic (email) questions during the proposal preparation period. It is requested that all questions be received fifteen (15) days after release of the solicitation to allow the State Department adequate time to prepare and post responses to all offerors questions at the website provided above prior to the date and time set for receipt of proposals. The State Department will continue to accept questions up to the closing time of the solicitation; however, time may not permit responses to questions received more than fifteen days after the release of the solicitation. The State Department will only respond to written electronic (email) questions regarding the solicitation, and post these responses to the website listed above. Each question must include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. All questions shall be directed to either the Contract Specialist: Tracy Robinson at robinsontc@state.gov (703) 875-4752 or the Contracting Officer: Reaver L. Clements at clementsrl@state.gov (703) 875-5077. No printed copies of the RFP are available; offerors must download these documents from the website listed above.
 
Place of Performance
Address: To be determined
 
Record
SN01519506-W 20080301/080228224053 (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  © 1994-2020, Loren Data Corp.