SOURCES SOUGHT
99 -- DANTES College Level Examination Program
- Notice Date
- 4/21/2020 1:04:44 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- DEFENSE HUMAN RESOURCES ACTIVITY ALEXANDRIA VA 223504000 USA
- ZIP Code
- 223504000
- Solicitation Number
- H98210_21_R_DANTES_CLEP
- Response Due
- 5/5/2020 2:30:00 PM
- Archive Date
- 05/20/2020
- Point of Contact
- James Nathaniel Shumway, Phone: 571-372-1941, Austin Francis
- E-Mail Address
-
james.n.shumway.civ@mail.mil, austin.w.francis.civ@mail.mil
(james.n.shumway.civ@mail.mil, austin.w.francis.civ@mail.mil)
- Description
- NOTICE TYPE: Sources Sought COMPONENT OFFICE: �DANTES REQUIREMENT: College Level Examination Program (CLEP) and SAT testing The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Defense Activity for Non-Traditional Education Support�s (DANTES) examination and exam score data requirement supports the Voluntary Education Program and the various military Services. Accordingly, the Government requires contractor services to provide College Level Examination Program (CLEP) and SAT testing services for military personnel, including Active Duty, Guard, and Reserve Components, and members of the US Coast Guard and US Coast Guard Reserve.� This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. � The proposed NAICS for this effort is 611710; Educational Support Services (size standard $15M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: CLEP test administrations (electronic). Deliver exams through National Test Centers located on and off military installations (CONUS, OCONUS), and when available, access to enhanced technologies for exam delivery. � SAT testing program support (manage ordering, delivery, inventorying, receipt, and scoring of paper-based SAT exams for approved test sites located on military installation (CONUS, OCONUS, and when available, access to the electronic version of the exam). � CLEP and SAT examination score data. � SAT score report services. � � SUBMISSION INFORMATION: � A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) Indicate if your organization is interested in performing as a prime contractor or a subcontractor. � 5. If applicable, please list any associated GSA contract number, Federal Supply schedules, or GWACs which offer these types of services. � B.� CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: Experience providing CLEP test administrations to U.S. military populations. Experience with worldwide electronic CLEP test distribution. Experience providing SAT testing program support. Experience providing CLEP and SAT score reports and transcript data, incorporating authoritative college credit recommendations. � 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or � ��� potential performance roadblocks related to fulfilling the PWS requirements and any � ��� suggestions for improving the PWS language. � C. BACKGROUND/PAST EXPERIENCE: � Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. � 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. �All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party�s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government.� RESPONSE DUE DATE: The Government requests that all responses be returned by 5:30 PM ET on 5 May 2020. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contacts:� Nathan Shumway at James.N.Shumway.civ@mail.mil and Austin Francis at Austin.W.Francis.civ@mail.mil. Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/15e11118f1ed46c4825b88481f726664/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05631459-F 20200423/200422060436 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |