Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

U -- English Language Training - Saudi Arabia

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
NAICS
611630 — Language Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
RFI-ELI-SAUDI
 
Archive Date
4/27/2012
 
Point of Contact
Jesse Stuart Boyter, Phone: 2106529755, Kerry Kelly, Phone: 2106525513
 
E-Mail Address
jesse.boyter.1@us.af.mil, kerry.kelly.2@us.af.mil
(jesse.boyter.1@us.af.mil, kerry.kelly.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services English Language Training Instructors to support Defense Language Institute (DLI), Language Training Detachment (LTD) in Saudi Arabia. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify potential sources and commercial practices in support of the Government's requirements. The information will be used in conducting market research to locate qualified, experienced and interested potential sources. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611630, Language Instructions and the small business size standard is $7.0 Million. 1. The source should be capable of providing instructors that 1. Comply with language training policies and procedures of the LTD. Adhere to all Policy and Procedures of the RSAF and Defense Language Institute English Language Center (DLIELC). 2. Conduct general English classes/laboratory sessions (computer/multimedia) to facilitate students' entry into DLIELC. - Maintain a student centered classroom - Maintain a neat and orderly classroom, office, and laboratory 3. Prepare/develop weekly lesson plans lesson plans based on instructor guides which describe course and unit objectives. Participate in the creation/development, evaluation/assessment, recording of additional materials for class or program use. 4. Develop or expand on Plan of Instruction where there is insufficient guidance. 5. Develop quizzes and ad hoc tests as needed. Conduct a Book Quiz at the completion of every book: Test will be obtained from and returned to the LTD. Fill in the answer sheets prior to the test; grade the test immediately after the test is over; annotate the Student's Academic Record with the Book Quiz number/date/score; submit the graded answer sheets to the LTD for annotation in the Student Records; counsel students individually at the end of every book prior to moving on to the next book. 6. Serve as an EFL/ESL instructor and is the main learning source for the students. 7. Evaluate, advise, and assist students by assigning and correcting homework, diagnosing academic problems, planning remedial help, and counseling students on their academic progress. 8. Utilize automated word/data processing equipment and the Internet to the maximum extent. This includes the preparation of computer and Internet-based documentation and training materials and other tasks as outlined in this PWS. 9. Prepare special reports on academic and administrative projects. 10. Advise and assist in the adaptation of DLIELC, American Language Course (ALC) curriculum. 11. Review and evaluate students' language progress and makes recommendations on Follow-on Training requirements. 12. Counsel students and makes recommendations for student placement, remedial and enrichment training based on observation, assessment, and evaluation. 13. Advise supervisor of significant student progress or lack of progress and placement problems as well as nonacademic counseling and assistance requirements. 14. Comply with test administration and security procedures. 15. Diagnoses and documents students' academic problems. 16. Develops ad hoc (practice) achievement and diagnostic tests. 17. Annotate student Academic Records weekly. 18. Annotate the Student Attendance Record at the beginning of each class period (follow the policy guidelines for marking attendance) 19. Upon receipt of American Language Course Placement Test (ALCPT) reports annotate Student Academic Records with the test number, date, and results. Counsel students if necessary. Results of the tests will be given to the students by the LTD Chief. 20. Conduct student counseling session for failures to achieve the objectives, for lack of motivation or discipline. After the counseling session fill out the Student Counseling Form-both teacher and student to sign the form; submit the Student Counseling Form to the LTD Chief for his signature; once the Counseling Form is returned, give a copy to the student and attach the original to the student's Academic Record. 21. Comply with all required test administration procedures to ensure the integrity of the tests. Take appropriate measures to prevent test compromise, to include not revealing the content of the tests to the students. Accomplish all administrative tasks associated with testing, such as preparing the test kits, scoring of the answer sheets, compiling and posting the test data, and distributing the test scores. 2. Instructors. The Contractor shall provide instructors with the following qualifications: 1. Native speakers of American English and free of any speech impediments. 2. Master's degree (or doctorate) in Teaching English as a Second Language/English as a Second Language (ESL)/English as a Foreign Language (EFL)/English for Speakers of Other Languages (ESOL)/Teaching English as a Second Language (TESL)/Teaching English as a Foreign Language (TEFL)/Teaching English to Speakers of Other Languages (TESOL) (Applied) Linguistics/English/Foreign Languages AND more than one year of professional experience teaching ESL/EFL to adults. 3. OR Bachelor's degree in Teaching English As Second Language/ESL/ EFL/ESOL/TESL/TEFL/TESOL/(Applied) Linguistics/ English/Foreign Languages AND more than five years of professional experience teaching ESL/EFL to adults. 4. OR any undergraduate degree AND 24 semester hours (or equivalent) of undergraduate courses equivalent to a major in ESL/EFL/ESOL/TESL /TEFL/TESOL/(Applied) Linguistics AND more than five years of professional experience teaching ESL/EFL to adults. 5. Contractor personnel must possess a great deal of tact, discretion, and diplomacy. Personality, appearance, and general bearing must be such as to reflect credit upon DLIELC, the U.S. Embassy, and the Royal Saudi Air Force (RSAF). The contractor shall be able to function and to interact in an acceptable manner in all cultural situations If your firm is capable of providing the requirements described above, please provide a Capability Statement to Jesse Boyter at jesse.boyter.1@us.af.mil or Kerry Kelly at kerry.kelly.2@us.af.mil by 12 Apr 12@ 1200 CST. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor", indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract such as this; (7) If you indicated your roll will be a "Subcontractor", please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. Recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Any questions regarding this posting must be submitted by 8 Apr 2012 in order to allow answers to questions to be publicly posted before the required response date of 12 Apr 12. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information such information must be identified. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/RFI-ELI-SAUDI/listing.html)
 
Record
SN02706175-W 20120329/120327234545-b00ceb1a859aa351019d8a295608299a (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.