New York Bids > Bid Detail

ACTFL INC (Foreign Language Oral Proficiency Interviews & Exams)

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159889665664196
Posted Date: Mar 4, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/233aa40cf7...
Follow
ACTFL INC (Foreign Language Oral Proficiency Interviews & Exams)
Active
Contract Opportunity
Notice ID
W911SD24R0045
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-WEST POINT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 04, 2024 10:39 am EST
  • Original Published Date: Mar 04, 2024 07:30 am EST
  • Updated Response Date: Mar 08, 2024 12:00 pm EST
  • Original Response Date: Mar 08, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 23, 2024
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611710 - Educational Support Services
  • Place of Performance:
    West Point , NY 10996
    USA
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! ***


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
  • WEST POINT , NY 10996-1514
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >