Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOURCES SOUGHT

U -- Recruiter and Provider of Foreign Language Instructors

Notice Date
2/18/2010
 
Notice Type
Sources Sought
 
NAICS
611630 — Language Schools
 
Contracting Office
USAR Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
SS20100218
 
Response Due
3/9/2010
 
Archive Date
5/8/2010
 
Point of Contact
Darnell F. Flowers, 831-242-6571
 
E-Mail Address
USAR Contracting Center - West
(darnell.flowers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis issued by the Mission and Installation Contracting Command Western Region, Presidio of Monterey. We are conducting research to find a contractor that can recruit and provide qualified Foreign Language Instructors to support the Defense Language Institute/Foreign Language Center (DLIFLC). This Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published to identify potential sources capable of obtaining and providing native speakers in several languages which will include but is not limited to Persian-Farsi, Pashto, and Dari. The Foreign Language Instructors must also meet the following requirements: 1. Must be native speakers of the language to be taught 2. Must be authorized to work in the US and shall possess a valid NAC-I clearance 3. Must have at least a Bachelors degree. 4. Must be available to provide language instruction for 120 days not to include weekends and holidays, eight hours per day. 5. The instructors shall be able to use basic level of technology. Instruction will include intensive language training, testing, evaluating DoD students. Curriculum and materials will be provided by DLIFLC. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 611630, Second Language Instruction. The size standard for NAICS 611630 is $7.0M. Comments on this NAICS and suggestions for alternatives must include supporting rationale. No decision has yet been made regarding the small business strategy for this acquisition. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business). Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement should show evidence of the contractors ability to provide qualified foreign language instructors and include: I. Contractor Information a. Name b. Address c. Point of Contact (POC) d. POC phone number(s) and e-mail addresses e. Cage code f. Business status (i.e. large/small business, disadvantaged, Hub Zone, woman-owned, etc.) g. Brief description of the company's business size h. Anticipated teaming arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) II. Description of Relevant Contract Experience (Government and Commercial) a. Contract number b. Description of the requirement d. Magnitude e. Place of performance f. POC for the requiring activity g. POC address, e-mail phone number(s), fax number and the company's web page, if applicable The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government will use this information in determining its small business set-aside decision. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 x 11-inch pages. Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to darnell.flowers@us.army.mil. The Government points of contact for this request are Darnell F. Flowers and Lisa M. Carrawell, lisa.carrawell@us.army.mil. Each submission should be virus scanned prior to being sent. Electronic submission is required. Responses shall be received not later than 9 March 2010, 4:30 pm Pacific Standard Time. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34e27cb696d31d0178871ff7cbb646b2)
 
Place of Performance
Address: USAR Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
 
Record
SN02067916-W 20100220/100218234526-34e27cb696d31d0178871ff7cbb646b2 (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.