SOURCES SOUGHT
R -- Federal Court Interpreter Certification Examination (FCICE) Request for Information (RFI)
- Notice Date
- 2/9/2023 2:00:48 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- AOUSC-PROCUREMENT MANAGEMENT DIV WASHINGTON DC 20002 USA
- ZIP Code
- 20002
- Solicitation Number
- PRO230037
- Response Due
- 2/27/2023 11:00:00 AM
- Point of Contact
- Angelica Eng, Arnold Casterline
- E-Mail Address
-
angelica_eng@ao.uscourts.gov, arnold_casterline@ao.uscourts.gov
(angelica_eng@ao.uscourts.gov, arnold_casterline@ao.uscourts.gov)
- Description
- The Administrative Office of the United States Courts (AO) is issuing a Request for Information (RFI) FOR INFORMATION FOR PLANNING PURPOSES ONLY.� The AO requires support for the Spanish/English Federal Court Interpreter Certification Examination (FCICE). As part of its market research, the AO is issuing this RFI to determine if there exists an adequate number of qualified and interested contractors capable of the scope of the requirement in the draft statements of work (SOWs). The draft SOWs for the FCICE base IDIQ and first task order are attached. The purpose of this RFI is also to receive any questions or concerns in regards to the draft SOWs. The draft documents attached are subject to change in any final versions issued. The AO is seeking information from possible vendors to include: 1) Names of interested parties.� Please provide company information to include: Name of Company Address Point of Contact to include telephone number and email address DUNS number (An offeror must have a DUNS number and be registered in the System for Award Management by time of award.) 2) Can this requirement, as described in the draft SOW of the base IDIQ and the task order, be accomplished as stated? 3) The intended North American Industry Classification System (NAICS) code to solicit proposals is 611710 � �Education Testing Services.�� Is there a better suited NAICS code that you recommend? If so, please provide the NAICS code and the reason you feel it would be a better NAICS code. 4) The intended Product and Service Code (PSC) is R420 � �Support � Professional: Certifications and Accreditations (Other Than Educational Institutions or Info Tech C&A).�� Is there a better suited PSC that you recommend? If so, please provide the PSC and the reason you feel it would be a better PSC. 5) What is your experience/capability to successfully perform the work as described in the SOWs? In addition to describing your company�s experience and capabilities, please address the following: Does your company possess the experience/capability to deliver complete administrations of both the written and oral examinations? Does your company possess the experience/capability of developing and providing operations and maintenance (O&M) of public and non-public websites? Does your company have the proper infrastructure to administer the examination, that is, the necessary testing centers, secure computer exam administration resources, and the proper mechanism to register and track candidates? Does your company have the psychometric expertise to develop examinations and the ability equate examinations after rating? Does your company have experience with computer-based exam administration? 6) Regarding pricing, please advise if your company is able to provide all-inclusive pricing for testing (ie. Per IDIQ SOW C.4.2.1: For the unit price, the Contractor shall develop a public website, or use an existing website owned and controlled by the Contractor, to develop a webpage on that site, that permits safe, user-friendly, free public access to FCICE Program information and registration for examinations; Per C.5.2.2: As part of the unit price, the Contractor shall furnish all test locations with the staff, equipment, and other materials needed to properly administer each examination.). Please provide a pricing list for both the written and oral pricing examination administrations. 7) The AO�s intent is to have a hybrid Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) Contract Line Item Number (CLIN) structure for the task orders. What are the suggested labor categories, and their qualifications, that could be utilized for developing the examinations? 8) The AO's intent is to have a firm fixed priced Contract Line Item Number (CLIN) structure based on the 1,000 examinations and a Technical Report. Please provide pricing estimates for the draft task order SOW, to include the unit price and extended price for each CLIN. Pricing for the Technical Report shall also include a pricing breakdown (ie. proposed labor categories, level of effort, and proposed hourly rate). CLIN 0001: FCICE Written Examination Administration (Firm-Fixed-Price). Quantity: 1,000 EACH CLIN 0002: Technical Report (Firm-Fixed-Price). Quantity: 1 EACH 9) What other information would be necessary to have to prepare a proposal? 10) Are there any existing contracting vehicles that this could be solicited under to include GSA�s Federal Supply Schedules or other Government-Wide Agency Contracts (GWACs)? �If GSA, what would be the appropriate category/MAS to solicit? 11) What are your questions and concerns in regards to the draft SOWs? All responses need to be sent via email to Angelica Eng at Angelica_Eng@ao.uscourts.gov. �Please submit requested information by 2:00 PM (Eastern) on Monday, February 27, 2023.� The following provision is incorporated in full text:� Provision 2-1, Request for Information or Solicitation for Planning Purposes (JAN 2003). Provision 2-1, Request for Information or Solicitation for Planning Purposes (JAN 2003) The judiciary does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Although ""offer"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It will not be used as an offer. This solicitation is issued for the purpose of: market research. [END OF PROVISION] This RFI is only for the purpose of identifying potential sources as part of market research. No solicitation exists; therefore, do not request a copy of the solicitation. Responses will be used for the purpose of market research to obtain viability of the requirement, estimated pricing, and request comments/suggestions/questions regarding the draft solicitation. Responses to this RFI will not be considered proposals on which the Judiciary can issue any contracts. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Proposals (RFP). All information received in response to this RFI marked ""Proprietary"" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. The Judiciary will not pay for information received in response to this RFI. There is no commitment by the Judiciary to issue an RFP, make an award, or to be responsible for any monies expended by industry for responses to this RFI. To fully comprehend the information contained within a response to� this RFI, there� may� be a need to seek further clarification from those respondent(s)� identified as capable.� This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The Judiciary reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the Judiciary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc831365e12b44d3803be21524da53f2/view)
- Record
- SN06587941-F 20230211/230209230118 (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 |