The RFP Database
New business relationships start here

LANGUAGE AND CULTURE SERVICES


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Language and Culture Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.


This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: The NAICS code selected for this acquisition is 611630 "Language Schools". The size standard for this NAICS code is $11.0M Million.


This is a follow on requirement. A continuing need is anticipated for Language and Culture Services for the United States Army Forces Command (FORSCOM). This is a non-personal services requirement to provide assistance with general administrative support functions for mission requirements at FORSCOM. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Language and Culture Services provides training and supervision to Active Army (AA), Reserve Component (RC), and Army National Guard (ARNG) linguists to achieve and maintain/sustain the Army minimum qualification level of Interagency Language Roundtable (ILR) L2/R2 and/or S2 [depending on the Military Occupational Specialty (MOS)] and strive to enhance proficiency to the Army's stated goal of L3/R3/S3, as measured by the Defense Language Proficiency Test System (DLPTS), to meet the requirements of military engagements and contingencies. An additional objective is to provide pre-engagement language and/or culture instruction to a select number of General Purposes Forces (GPF) to achieve, at least, ILR L0+/S0+, with the stated goal of ILR L1/S1 or higher, as measured by the DLPTS or other Government-designated assessment tool(s). The Language and Culture training environment requires ongoing coordination and support to ensure that training is scheduled, facilities are reserved, and all requisite paperwork and documentation is filed and stored in keeping with the Modern Army Record Keeping Program. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to execute administrative tasks in support of the Language and Culture mission. Attached are the draft Performance Work Statement (PWS), and Technical Exhibits.


In response to this sources sought, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination


4. Information to help determine if the Language and Culture Services requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice or as stated below. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified Language and Culture Services.


Responses to this notice will assist the government in identifying potential sources and determining if a small business set-aside of the solicitation is appropriate. Recommendations, questions and a complete Statement of Capability should be submitted no later than March 26, 2019 at 4:00 p.m. EST.


The response information should be electronically mailed to Contract Specialist Sydney Johnson at sydney.g.johnson.civ@mail.mil and Contracting Officer Virginia A. Roberts at virginia.a.roberts.civ@mail.mil at the Mission Installation Contracting Command Center (MICC), Fort Bragg, NC. Any questions can be directed to Sydney Johnson or Virginia A. Roberts.


VIRGINIA A. ROBERTS, Contract Officer, Phone (910) 432-7530, Email virginia.a.roberts.civ@mail.mil - Sydney G Johnson, Contract Specialist, Phone 9106437352, Email sydney.g.johnson.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP