Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2024 SAM #8135
SOURCES SOUGHT

U -- ACTFL INC (Foreign Language Oral Proficiency Interviews & Exams)

Notice Date
3/4/2024 4:30:23 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD24R0045
 
Response Due
3/8/2024 9:00:00 AM
 
Archive Date
03/23/2024
 
Point of Contact
Jorge Acevedo, Phone: 8459384534
 
E-Mail Address
jorge.l.acevedo4.civ@army.mil
(jorge.l.acevedo4.civ@army.mil)
 
Description
This is a Sources Sought Notice (SSN) as defined by the Federal Acquisition Regulation (FAR).� A Request for Proposal (RFP) and Request for Quote (RFQ) are not applicable for this query�and no solicitation document exists for the request.� This�SSN is for planning purposes only and shall not be construed as a RFP, RFQ, nor as an obligation on the part of the Government for follow-on acquisition.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this SSN.� All�information received in response to this SSN that�is marked as proprietary�will be handled accordingly.� The Mission and Installation Contracting Command (MICC) at West Point, NY is interested in obtaining a qualified Contractor to provide up to 330 telephonic Oral Proficiency Interview (OPI) Exams per year and 20 no-shows in the following languages:� Modern Standard Arabic Mandarin Chinese French German Japanese Persian Farsi Portuguese Russian Spanish The testing is to take place at the US Military Academy � West Point, NY.� The Contractor shall provide all the necessary qualified personnel and tools needed to meet our requirements.� � � The NAICS Code Qualifier is 611710; SBA Size Standard is $24 million. This requirement could potentially be set-aside for Small Business concerns if 2 (two) or more qualified Small Businesses respond to this SSN with sufficient info to support the set-aside. This requirement was previously purchased as Sole-Sourced on Contract# W911SD22F0055.� Therefore, any interested party that believes is capable of meeting our requirements may identify themselves but must submit evidence of their ability to fulfill our requirements.� Each Contractor must submit capability statements that clearly show their ability to meet all the requirements on the attached Performance Work Statement (PWS) � or � they must identify themselves as authorized sellers / suppliers of the American Council on the Teaching of Foreign Languages Inc (ACTFL).� If you are an authorized seller / supplier of ACTFL, you must submit written proof from ACTFL that says you are� �authorized to supply / sell all the product, materials, and �services listed on the PWS that meet West Point�s specific requirements on ACTFL�s behalf.�� All interested parties must provide the following data with their responses:� 1.� Full Company Name and Address 2.� SAMs Unique Entity ID (UEI) 3.� CAGE Code 4.� TAX ID# (aka �EIN� or �TIN�) 5.� NAICS Code(s) (ALL VENDORS must be registered with NAICS 611710) 6.� Business Size (must specify your size) 7.� Company POC, Email, Phone# 8.� Proof (no exceptions) - -� � � �a.� Capability Statement(s) that clearly show your company�s ability to meet all of the requirements on the attached Performance Work Statement (PWS). � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� or � � � �b.� Authorization letter from ACTFL Inc that says you are authorized to supply / sell all the specific products, materials, and services needed by West Point on ACTFL�s behalf. � � � � � � � � � � � � � � � � � � � � � � �**** INFO WILL BE VERIFIED **** *Submitting a quote or a generic�capability statement that does not clearly support our requirements is not sufficient proof.� Furthermore, if you are claiming to be authorized�by ACTFL, you must submit an authorization letter from ACTFL Inc (no exceptions).� Contractors that ignore this mandate will be considered as �Non-Responsive� and will not be considered as a potential source for this project.� NOTE:� Requests for �splitting� our requirements between more than one source � or � to change our requirements to meet your capabilities will not be discussed nor reviewed as viable options (no exceptions). All Small Businesses that *qualify for this requirement are encouraged to participate by providing appropriate capability statements � or � an Authorization Letter from ACTFL Inc to the email address listed below.� Any respondent that is actually capable of fulfilling our requirements may submit their documents which shall be considered by the agency for evaluation purposes only.� All responsible parties that feel they can meet our requirements should forward all documents via email only to jorge.l.acevedo4.civ@army.mil (email communication is preferred; currently teleworking).� This notice will close on March 8, 2024 (Monday) at 12:00 PM (EST).� Please remember... this is�a Sources Sought Notice only, not a Solicitation / RFQ. � � � �*** Please refer to the attached PWS below for complete info! ***�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75f814676115478b9bf088401fea7e9e/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06985149-F 20240306/240304230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.