Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

U -- Very Low Range Defense Language Proficiency Test Items

Notice Date
8/11/2010
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N-10-R-0097
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Jamie Arthur, 831-242-4083
 
E-Mail Address
USAR Contracting Center - West (POM)
(jamie.m.arthur@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command-West, Presidio of Monterey has a requirement for the Test Development of Very Low Range Defense Language Proficiency Test Items. The work consists of, but is not limited to the following: develop and field test very low-range DLPT5 test items covering ILR level 0+, 1 and 1+ in the following fifteen (15) languages: (1) Baluchi; (2) Cebuano; (3) Chavacano; (4) Amharic; (5) Armenian; (6) Haitian Creole; (7) Levantine Arabic; (8) Portuguese (Brazilian); (9) Punjabi (Western); (10) Samoan; (11) Somali; (12) Sudanese Arabic; (13) Swahili; (14) Tausug; and (15) Turkmen. Solicitation number W9124N-10-R-0097 will be available on or about 18 August 2010. The technical proposal will consist of, but is not limited to the following: Subfactor A: Organizational Structure (1) Provide an organizational chart that clearly identifies the management, language teams, and key positions to be utilized in executing the contract. (2) Describe overall management approach with regard to organization, coordination, monitoring, and control of multiple simultaneous test development projects. Describe interface with on-site, home office, subcontractor operations, government project managers, contracting officials, inspectors, and users demonstrating thorough understanding of the item development process. (3) Describe the project managers role in the organization and indicate who on the team will have the prime responsibility for total coordination of all disciplines. Include a resume for the project manager. Subfactor B: Quality Control Plan (1) Describe quality control processes and methods used to ensure that only high quality items and passages are accepted. (2) Describe the tools/methods to be used to identify poor performing subcontractors and/or in-house personnel. (3) Describe processes that will ensure that development and quality-control processes are adequately reviewed for compatibility with Government processes, systems, and requirements. (4) Describe how interface with Government inspectors and planners will be accomplished. Subfactor C: Product Sample Submit six sample items, three testing listening comprehension and three testing reading comprehension. One item in each skill shall be based on an English passage; the other two shall be based on passages in languages other than English. The parts of the items other than the passage must be in English for all six items. Items may be in constructed-response or four-option multiple-choice format. Passages must focus on an ILR level in the 0+-1+ range and must approximate language for communicative purposes. Items must test general proficiency, not specific grammar points. Items based on passages in languages other than English must include English renderings of the passage and (if in constructed-response format) scoring information. Listening items must include an audio file (it is not acceptable to provide transcript only). Audio files must be in.mp3 format and can be transmitted on CD or via e-mail. Subfactor D: Target-language expert recruitment and management Plan (1) Describe the method and criteria to be used in selection of personnel with target-language expertise. (2) Describe policies and procedures for management of personnel with target-language expertise, including surveillance, quality control, scheduling, and performance. Subfactor E: Past Experience (1) Provide documents for a project that your firm has executed that describes the capabilities of your firms ability to execute similar language projects. Documents may include but not limited to, execution narratives, written discussions, and supporting documents. (2) Describe procedures, processes and methods for tracking the progress of the project and interface with the Government from beginning to end. (3) Provide a standard process or checklist used to validate and understand the customers requirement. (4) Provide a detailed schedule that was used to manage the project submitted. Please see the solicitation for complete performance work statement, instructions to offerors, and evaluation criteria. Proposals are due Monday, 8 September 2010 at 3:00 pm (PST). This acquisition is for full and open competition. The North American Industry Classification System (NAICS) code for this project is 611710 with a size standard of $7.0M. Performance period is 30 September 2010 through 29 September 2011. The contract will be a single award, Firm-Fixed-Price type contract. Solicitation number W9124N-10-R-0097 will be available on or about 18 August 2010 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. No paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. The point of contact for this requirement is Jamie Arthur, 831-242-4083 or jamie.m.arthur@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/870c6f6cfec62e7244a0c2af470d1529)
 
Place of Performance
Address: DLI Headquarters 289 Fort Mervine Pl Bldg 235 Presidio of Monterey CA
Zip Code: 93944
 
Record
SN02236483-W 20100813/100811235023-870c6f6cfec62e7244a0c2af470d1529 (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.