SOLICITATION NOTICE
U -- Defense Language Institute, Oral Proficiency Interviews Testing Services, Quality Control Services, English Translations to OPI, Recruitment and Scheduling of Languages for Low-Density Language Testing Using Alternative/Guided OPIs, and Secure OPI Tracking
- Notice Date
- 12/17/2020 4:08:12 AM
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W9124N-21-R-0006
- Response Due
- 12/23/2020 7:00:00 AM
- Archive Date
- 01/07/2021
- Point of Contact
- Sean Bryan, Phone: 7575018190, Rhoda C. Harrison-Spence, Phone: 7575018161, Fax: 7575018187
- E-Mail Address
-
william.s.bryan6.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil
(william.s.bryan6.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil)
- Description
- This Synopsis is issued in accordance with FAR Subpart 5.2.� The Government anticipates awarding a contract with a phase-in period, base year, plus four (4) one-year option periods.� All work is to be performed in accordance with the Performance Work Statement which will be released with the Request for Proposal (RFP). This notice does not obligate the Government to award a contract; nor does it obligate the Government to pay for any proposal preparation cost.�No additional Information (to include technical info) regarding this procurement will be available prior to the release of the RFP.�The official solicitation (W9124N-21-R-0006) will be made available on the Beta SAM website on or about�23 December 2020. This is�a projected date and is subject to change.�Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for updates/amendments to any and all documents. REQUIREMENT: This requirement provides foreign language testing services for Oral Proficiency Interviews (OPI) Testing Services, OPI Quality Control Services, English Translations to OPI, Recruitment and scheduling of languages for low-density language testing using Alternative/Guided OPIs, and Secure OPI tracking, scheduling, and reporting interface with IT support. Place of performance can be from anywhere in the Continental United States, Alaska, Hawaii, and U.S. Territories. This is a non-personnel services opportunity to provide Oral Proficiency Interviews (OPI). The Government shall not exercise any supervision or control over the contract service providers performing services herein. Such contract service providers shall be accountable solely to the Contractor who in turn is responsible to the government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Oral Proficiency Interview Testing services as defined in�the resulting contract.� The Department of Defense (DoD) launched the Defense Language Transformation Initiative in 2004 with the objective of improving the Armed Forces� capacity to work effectively with international partners. In January of 2005, the Defense Language Transformation Roadmap was published requiring that the Department of Defense and its components train and maintain personnel with language skills capable of responding for operations with the correct levels of proficiency. In August 2005, the Undersecretary of Defense for Personnel and Readiness (OUSD) (P&R)) issued a memorandum tasking the Defense Language Institute Foreign Language Center (DLIFLC) to program funds for test development and field testing. DoD Directive (DoDD) 5160.41E and TRADOC Regulation 350-70 charged DLIFLC with overseeing the standardization, testing, research, development and evaluation of all foreign language training and education. � The requirements for foreign language testing have increased exponentially. Many more end-users, external to DLIFLC, continue to request Oral Proficiency Interviews. DLIFLC needs to continue serving these end-users by covering current and anticipated testing needs for the foreseeable future. REMINDER:� This is not a Request for Proposal; it is a Notice of Synopsis.� A final solicitation will be issued at a later date.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/32fde02e1ff8466fa0fea4959396cae1/view)
- Place of Performance
- Address: Seaside, CA 93955, USA
- Zip Code: 93955
- Country: USA
- Zip Code: 93955
- Record
- SN05876655-F 20201219/201217230115 (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 |