Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOURCES SOUGHT

U -- Small Business Sources Sought for Military Language Instructors (MIL)

Notice Date
9/5/2008
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Mission, ACA, NRCC, Mission, Building 2796, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
W912SU08AC04
 
Response Due
9/12/2008
 
Archive Date
11/11/2008
 
Point of Contact
Anthony Ciccariello Jr, 75787831663238<br />
 
Small Business Set-Aside
N/A
 
Description
Small Business Sources Sought: This is a Sources Sought announcement seeking only Small Business responses in order to determine Small Business participation in this acquisition The Mission and Installation Contracting Center intends to procure Military Language Instructors (MIL). The Defense Foreign Language Program (DFLP) has traditionally focused on DLIFLCs core competencies in resident language instruction to meet foreign language training requirements, primarily within the DoD intelligence services. The requirement is for 12 Military Language Instructors in the following Languages: Arabic, Chinese, Hebrew, Indonesian, Korean, Pashto, Persian Farsi, Russian, Spanish, Tagalo, Urdu, & Uzbek. The Contractor shall conduct classroom, laboratory and field (immersion), and specialized foreign language instruction for general proficiency and specific military-related skills as a fully integrated member of teaching teams. The contractor shall counsel and mentor students from all services on academic and disciplinary issues. The contractor shall evaluate students academic performance, classroom behavior, and advise school and military decision makers as to the students potential for success in the field. Perform a minimum of 3 hours of daily foreign language instruction, using a variety of teaching methods and resources to include, but not limited to: available technology, core textbooks and supplemental authentic materials, to meet immediate and long-term learning objectives. Prepare, administer, grade, and provide summative and formative feedback on homework, quizzes, tests, and examinations as required. The contractor shall inform and counsel students on academic performance, personal and professional development, and disciplinary issues. The contractor shall provide continuity and senior mentorship to the staff and faculty within his/her respective school. Ideal instructors must have demonstrated strong leadership qualities throughout their military service. Demonstrate current Defense Language Proficiency Test (DLPT) scores of 2+ in Listening Comprehension, 2+ in Reading Comprehension and 2 in Oral Proficiency Interview. Currency on the DLPT is defined as a test less than one year old taken in the most current version available for the respective language. Ideal instructors must have a minimum of five (5) years experience using the target language in an enlisted military language specialty (i.e., 35M, 35P, IN3, CTI, 1A8, etc.) and graduated in the target language as a student of DLIFLC (DLI graduate requirement may be waived in certain languages). Be able to present a military appearance in uniform and wear the uniform IAW service regulations to include wear of appropriate awards and decorations, grooming and weight control standards. Have at least an Associate of Arts Degree. The on-site project manager will serve as the principal point of contact with the Contractor Officer and/or their representative. The Contractor shall perform the tasks of this contract primarily at the Government furnished facilities at the Presidio of Monterey, CA. The designated NAICS Code is 611710 Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, relevant past performance on same/similar work for not more than three years and your companys capability to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to the Mission and Installation Contracting Center (MICC) by COB September 12, 2008 by email only to Anthony Ciccariello JR at anthony.ciccariello1@us.army.mil Any questions shall be directed by email only to Anthony Ciccariello JR at anthony.ciccariello1@us.army.mil. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be078a24ed100cdb48c073d808ac82e8&tab=core&_cview=1)
 
Place of Performance
Address: ACA, NRCC, Mission Building 2796, Fort Eustis VA<br />
Zip Code: 23604<br />
 
Record
SN01661084-W 20080907/080905221950-be078a24ed100cdb48c073d808ac82e8 (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.