Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOURCES SOUGHT

U -- Sources Sought announcement for foreign language training support services and instruction in support of the mission of the Defense Language Institute, Foreign Language Center, Washington, DC.

Notice Date
12/19/2008
 
Notice Type
Sources Sought
 
NAICS
611630 — Language Schools
 
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
W62KP483360001
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
lameshia.billington, 757-878-3166<br />
 
Small Business Set-Aside
Total Small Business
 
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 Command Fort Eustis (MICC) intends to procure foreign language training support services and instruction in support of the mission of the Defense Language Institute, Foreign Language Center, Washington, DC. The services to be performed are foreign language training support services and instruction for authorized personnel (United States Government {USG} personnel and their adult family members) as required for effective performance of their duties in connection with programs of the Department of Defense or other Federal agencies. Training requirements in any given year typically cover 65 or more languages and range from familiarization courses of a few weeks to basic courses of 26-64 weeks. Typical student load is 150-200 students at any given time and 550-600 in the course of a year. Course objectives, curricula, and evaluation are based on the Interagency Language Roundtable (ILR) Skill Level Descriptions, viewable at http://www.govtilr.org/Skills/ILRscale1.htm and range from level 0+ to level 3 and occasionally beyond, as well as on related performance standards. Training is highly unpredictable, with changes such as curtailment, extension, and class divisions. The Contractor shall provide educated native speakers of the standard variant of the target languages, who possess English capability in the 2-range; facility with learning technologies, including wide use of Internet sources; and, the ability to adapt to students with varying learning styles and requiring different learning strategies. The requirement for development of training materials require personnel with higher-level skills: English proficiency at or approaching level 3; wide experience with the use of the Internet to locate appropriate authentic materials; and, computer literacy sufficient to production of web-delivered learning materials. Curriculum development and delivery of training shall be supervised by contractor personnel with experience and/or credentials in second language acquisition and the utilization of language skills in the performance of US Government, and Department of Defense missions. Formative evaluation and academic counseling are required. The contractor shall locate, acquire, and compile into coherent curricula learning materials, including authentic materials, as are necessary to meet the goals of each student. The contractor is responsible for providing all necessary classroom facilities, including routine access to video and audio materials as well as Internet sources. These premises must be located in the Washington, DC, metropolitan area. The designated NAICS Code is 611630, and the size standard is $7.0 million. 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, but should not exceed 5 pages in length. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC by COB January 9, 2009, ATTN: LaMeshia Billington, Contract Specialist, 2746 Harrison Loop Complex, Fort Eustis, VA 23604-5538. Recommended submission is via email at lameshia.billington@us.army.mil. Any questions shall be directed to LaMeshia Billington at lameshia.billington@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=2bc17e6862853e84beff0407d8007479&tab=core&_cview=1)
 
Place of Performance
Address: ACA, MICC-EU Building 2748 Fort Eustis VA<br />
Zip Code: 23604<br />
 
Record
SN01722307-W 20081221/081219215900-2bc17e6862853e84beff0407d8007479 (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.