Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

U -- Accelerated Arabic Language Training

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
611630 — Language Schools
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, Sonoran Area Team, 5665 N. Scottsdate Rd., F135, Scottsdale, Arizona, 85250-5912
 
ZIP Code
85250-5912
 
Solicitation Number
9T8ZJKIS003-A
 
Response Due
6/11/2008
 
Point of Contact
James T Kruse,, Phone: 520-803-6880, Charlene V. Matheson,, Phone: 480-663-9840
 
E-Mail Address
james.kruse@gsa.gov, charlene.matheson@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No: 9T8ZJKIS003 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-25, DFARS Change Notice 20080513 and GSAM Change 19 effective 2-6-08. THIS PROCUREMENT IS UNRESTRICTED AND IS THEREFORE OPEN ONLY TO ALL RESPONSIBLE OFFERORS. The applicable NAICS Code is 611630, $6.5M. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13.5 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. A single commercial FFP type contract will be awarded to the lowest priced, technically acceptable quote that meets the requirements listed below for both CLIN 0001 and CLIN 0004. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Contractor must also register in the GSA Federal Acquisition Services website; IT-Solutions Shop (ITSS), an online, web-based purchase order system at: https://web1.itss.gsa.gov. Registration assistance us available by dialing (877) 243-2889 (option 2). Resulting award and payments from this solicitation will be made through the ITSS system. As such, it is imperative that registration is completed. Military Intelligence Foreign Language Training Center (MIFLTC) US Army Intelligence Center (USAIC), Ft Huachuca AZ seeks the following: CLIN 0001 (Firm-Fixed Price): The Contractor will design, develop, and implement a 24 week (mandatory length Not Later than 24 weeks) language course necessary to train Arabic language speakers at the Army's minimum linguist proficiency standard ILR level 3 (advanced working proficiency) in listening and speaking and ILR level 2 (limited working proficiency) in reading or intermediate linguists for support of the Global War On Terrorism operational language requirements in accordance with prescribed learning theory and language training methodology. The course will be attended by students who will become military linguists at an Individual Linguist Record ( ILR) level L3/S3/R2 as measured by the Defense Language Proficiency Test ( DLPT) version 5. The Arabic language training will provide linguists with critical skills and knowledge to effectively integrate operational language proficiency into the contemporary operational environment to support tactical commanders' language mission requirements where mission success is dependent upon effective interrogation in the target language. Contractor will conduct training analysis, design, and development for the language sustainment and maintenance. Implementation and validation will be accomplished through language training sessions conducted by the contractor at specified locations - Arabic Language Training will be conducted for 12 students at Ft Huachuca AZ. The US Army Intelligence Center (USAIC) will provide space in a designated training facility. In addition the contractor is expected to coordinate with appropriate directorates within the US Army Intelligence Center and Fort Huachuca (USAIC&FH), training battalions, instructors, and contractors during the language training to ensure use of correct doctrine, tactics, techniques and procedure, and training protocols. Contractor will incorporate lessons learned to date from military operations in the Contemporary Operating Environment COE), Global War on Terror (GWOT) in Afghanistan, Iraq, the Balkans, and other regions of the world. CLIN 0002 (Cost Reimbursable portion): Contractor may be required to travel for meeting attendance or to research training requirements. Contractor shall provide a NTE travel estimate. CLIN 0003 (Cost Reimbursable portion): Ancillary purchases of materials required for contract performance will be purchased by the contractor. The Contracting Officers Representative (COR) will approve all travel and materials purchases prior to execution. CLIN 0004 (Firm-Fixed Price): The Contractor will design, develop, and implement an 18 week (mandatory length Not Later than 18 weeks) language course necessary to train Arabic language speakers at the Army's minimum linguist proficiency standard level 2 (limited working proficiency) in listening, reading or speaking or intermediate linguists for support of the Global War On Terrorism operational language requirements in accordance with prescribed learning theory and language training methodology. The course will be attended by students who will become military linguists at an Individual Linguist Record ( ILR) level L2+/S2+/R2 as measured by the Defense Language Proficiency Test ( DLPT). The Arabic language training will provide linguists with critical skills and knowledge to effectively integrate operational language proficiency into the contemporary operational environment to support tactical commanders' language mission requirements where mission success is dependent upon effective interrogation in the target language. Contractor will conduct training analysis, design, and development for the language sustainment and maintenance. Implementation and validation will be accomplished through language training sessions conducted by the contractor at specified locations - Arabic Language Training will be conducted for 10 students in Salt Lake City, UT. The Contractor will provide space in a designated training facility in Salt Lake City, UT. In addition the contractor is expected to coordinate with appropriate directorates within the US Army Intelligence Center and Fort Huachuca (USAIC&FH), training battalions, instructors, and contractors during the language training to ensure use of correct doctrine, tactics, techniques and procedure, and training protocols. Contractor will incorporate lessons learned to date from military operations in the Contemporary Operating Environment COE), Global War on Terror (GWOT) in Afghanistan, Iraq, the Balkans, and other regions of the world. This solicitation includes the PBSOW that must be requested by contacting the contracting personnel identified herein. The period of performance for CLIN 0001 is 23 June 2008 through NLT 06 December 2008 (24 weeks). The period of performance for CLIN 0004 is 16 June 2008 through NLT 17 October 2008 (18 weeks).This is a performance based service solicitation requiring a Quality Assurance Surveillance Plan (QASP) as a first deliverable. The contractor shall develop and submit a QASP within 15 days from date of award for review and approval of the government. Other specific tasks to be evaluated during the period of performance are included in the PBSOW. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER : FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)); FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-5, Trade Agreements (JUNE 2006) (19 U.S.C. 2501, et seq, 19 U.S.C. 3301 note); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Additional contract terms and conditions applicable to this procurement are: FAR 52.228-5, Insurance - Work on A Government Installation (JAN 1997); FAR 52.232-18, Availability of Funds (APR 1984); FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (APR 1984); FAR 52.247-34, FOB Destination (NOV 1991); DFAR 252-204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (NOV 2003); DFARS 252.201-7000 Contracting Officer's Representative (DEC 1991); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. THE FOLLOWING CLAUSES UNDER FAR DFARS 252.212-7001 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER : FAR 52.203-3 Gratuities (APR 1984)(10 U.S.C. 2207); DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004)(10 U.S.C. 2533a); DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (JUN 2006)(41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631). GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, which includes the following: GSAM 552.229-70, Federal, State, and Local Taxes and GSAM 552.232-78, Payment Information. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR OFFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications - Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov ; DFARS 252.225-7035, Buy American Act-Free Trade Agreement--Balance of Payments Program Certificate. Any questions regarding this requirement must be in writing and submitted no later than 4:00p.m. (Pacific Standard Time) 29 May 2008 to james.kruse@gsa.gov. Quotes must be received no later than 4:00p.m. (Pacific Standard Time) 09 June 2008. Quotes may be emailed to charlene.matheson@gsa.gov, phone 480-663-9840 or faxed to 480-481-9407.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0f42d06dc47af755312a95c5f27b76b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Intelligence Center, Ft Huachuca Arizona, Sierra Vista, Arizona, 85650, United States
Zip Code: 85650
 
Record
SN01585721-W 20080605/080603220103-c0f42d06dc47af755312a95c5f27b76b (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.