Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOLICITATION NOTICE

U -- SWCS - 3 Languages

Notice Date
10/25/2010
 
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
W9124N11R0002
 
Response Due
11/19/2010
 
Archive Date
1/18/2011
 
Point of Contact
Jamie Arthur, 831-242-7376
 
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-Presidio of Monterey has a requirement for the Development of the John F. Kennedy Special Warfare Center School Special Operations Language Training Courses (SWCS 3 Languages). The work consists of, but is not limited to the following: Developing two courses, the first course, SOLT I Initial Acquisition Training, will bring students with no previous knowledge of the language, ILR (Interagency Language Roundtable ) Level 0 to the Elementary Proficiency, Plus level - ILR Level 1+. Emphasis will be on listening and speaking skills. The second course, SOLT II, will start with a review of the Elementary Proficiency Level, ILR Level 1 and move up to the Limited Working Proficiency Level 2. The course emphasis should be on listening and speaking in the target language. Materials will be developed for the following languages: Dari, Pashto, and Urdu. Solicitation number W9124N-11-R-0002 will be available on or about 1 November 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 two sample lessons (as outlined in C.6.5 and Appendix 6), one lesson for Chapter 6 or 7 and the second lesson for Chapter 12. These lessons shall be English; however, the sections that are supposed to be in Target Language shall be highlighted by using italic font or different color. 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 on or around 19 November 2010. 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 11 January 2011 through 12 January 2012. The contract will be a single award, Firm-Fixed-Price type contract. Solicitation number W9124N-11-R-0002 will be available on or about 1 November 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 Jamie Arthur, 831-242-7376 or jamie.m.arthur@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb855e3a915bd840b575d5953cc3d249)
 
Place of Performance
Address: USAR Contracting Center - West (POM) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
 
Record
SN02316027-W 20101027/101025233703-eb855e3a915bd840b575d5953cc3d249 (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.