Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

U -- ILR Summits and Development of Guidance Documents

Notice Date
8/23/2010
 
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
W9124N10R0102
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Todd Bales, 831-242-4078
 
E-Mail Address
USAR Contracting Center - West (POM)
(todd.s.bales@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command USAR DOC West has a requirement for development of standard-setting studies. The Contractor shall be responsible for organizing and arranging the logistics of three (3) ILR summit sessions. The purpose of these summit sessions is for establishing and/or furthering norming and understanding of the ILR skill level descriptions and their application for ensuring inter-operability among the Government agencies, academic partners, and commercial partners to best serve the assessment needs of the Government. For many years, U.S. Government agencies, academic organizations, and commercial language businesses have been using the language proficiency principles defined by the Interagency Language Roundtable (ILR). The Defense Language Institute Foreign Language Center (DLIFLC) has played a lead role in establishing guidance to users and providers of ILR-based language proficiency testing. With an increasing variety of language proficiency testing under the ILR guidelines, came the need for a guidance document to provide consistent and clear interpretations among the language testing community. This guidance document will have to be developed in close cooperation with test users and test providers in order to ensure consistency of measures and standards for inter-operability across agencies. Solicitation number W9124N-10-R-0102 will be available on or about 24 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 performance of the contract. (2) Provide qualifications and experience of Project Manager and Key Personnel (including Resumes). (i) Describe the project managers role in the organization and indicate which position/role will have the prime responsibility for total coordination of all disciplines. (ii) Provide full Job/Position Description of each of the personnel who will be performing under this contract. (3) Describe overall management approach with regard to organization, coordination, monitoring, and control of projects. Describe interface with on-site, home office, subcontractor operations, language teams, government project managers, contracting officials, inspectors, and users demonstrating thorough understanding of the testlet development process. (4) Provide a plan for training services and recruiting additional personnel if needed to meet the requirements of the contract. Subfactor B: Quality Control Plan (1) Describe quality control processes and methods, which will ensure only high quality materials and workmanship. Address how the contractor will monitor their performance to ensure timeliness of performance, accuracy and completeness. (2) Describe the tools/methods to be used to identify poor performing subcontractors and/or in-house personnel. (3) Describe how often work will be inspected/reviewed and how interface with Government inspectors and planners will be accomplished. Subfactor C: Subcontract Management Plan Describe the method and criteria to be used in selection of subcontractors. Describe policies and procedures for subcontractor management, including surveillance, scheduling, and performance. Subfactor D: Project Execution Describe procedures, processes and methods for tracking the progress of the project and interface with the Government from beginning to end. Subfactor E: Relevant Experience The Contractor shall submit with their proposal a description of their relevant experience in the following areas: (which are the sub-factors of relevant experience): (1) Organizing, planning, and facilitating ILR based language seminars, summits, training, and/or workshops for large groups that deal with the ILR based proficiency testing domains. (2) Ability to recruit ILR and proficiency testing experts to develop and finalize the reports with qualitative and quantitative data to the acceptance of the government. (3) Ability to recruit qualified language proficiency experts with extensive ILR and proficiency background, who are experienced trainers and testers, to facilitate and conduct sessions and meetings during the summit. In the technical proposal the contractor must address their relevant experience ensuring the sub-factors shown above are addressed. Please see the solicitation for complete performance work statement, instructions to offerors, and evaluation criteria. Proposals are due Friday, 10 September 2010 at 3:00 pm (PT). 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-0102 will be available on or about 24 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 Central Contractor 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 Todd S. Bales, 831-242-4078 or todd.s.bales@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27c8d80ed107e2d389c82158c43e0f2b)
 
Place of Performance
Address: USAR Contracting Center - West (POM) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
 
Record
SN02251552-W 20100825/100823235550-27c8d80ed107e2d389c82158c43e0f2b (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.