Defense Language Institute Quality Control & Validation
ID: PANMCC25P0000015677Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- PERSONNEL TESTING (U002)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking vendors for a contract related to Quality Control and Validation Services for the Defense Language Proficiency Tests (DLPT) at the Defense Language Institute Foreign Language Center in Monterey, California. The primary objective is to ensure that DLPT testing materials meet government standards and comply with Interagency Language Roundtable guidelines, involving the review of up to 10,000 items annually for various languages. This initiative is crucial for maintaining high standards in language proficiency testing for military and government personnel. Interested businesses, particularly small businesses in various socioeconomic categories, are encouraged to respond to this Sources Sought Notice by providing their capabilities and relevant experience. For further inquiries, contact Grace Marquez at grace.marquezvelasquez.civ@army.mil or Robert M. Parvin at robert.m.parvin.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Performance Requirements Summary (PRS) related to a government contract, detailing specific performance objectives, standards, and methods for surveillance. Key elements include the contractor's obligation to submit a Quality Control Plan within ten business days of contract initiation and to adhere to strict reporting on the return or destruction of review materials with a certificate of destruction required at the contract’s conclusion. Proper management of Organizational Conflicts of Interest (OCI) is mandated, with a 24-hour notification requirement. Additionally, all contractor personnel must complete Anti-Terrorism Level I training within 30 days of contract commencement. The document stipulates that all services must meet the Performance Work Statement (PWS) standards, with no acceptable deviations and 100% inspections. The contractor is also required to report man-hours via a designated secure site accurately and promptly. Overall, the PRS emphasizes compliance, rigorous quality control, and the necessity for clear communication, ensuring effective monitoring of contractor performance within the context of government acquisitions.
    The Performance Work Statement (PWS) outlines a contract for the Defense Language Institute Foreign Language Center (DLIFLC) to provide Quality Control (QC) and Validation Support for the Defense Language Proficiency Test (DLPT). The contractor is responsible for ensuring that DLPT testing materials achieve Government standards and comply with the Interagency Language Roundtable (ILR) guidelines. Core objectives include the review of reading and listening comprehension tests across various languages with the support of Target Language Experts (TLEs). The contract's scope encompasses up to 10,000 items for ILR reviews and 5,000 for QC and corrections annually, based on languages subject to change. The contractor must establish a Quality Control Plan and handle all aspects of logistics, personnel security, and training while ensuring test material confidentiality and adherence to ethical standards. The contract runs from October 2025 to August 2030, requiring ongoing evaluations of contractor performance and participation in regular progress meetings. This initiative highlights the Government's commitment to maintaining rigorous standards in language proficiency testing, essential for military and Government personnel. Ultimately, the document delineates roles, responsibilities, and performance expectations critical for ensuring high-quality language proficiency assessments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to the fair opportunity process for a contract related to administrative support services, particularly in translation and interpreting. This procurement aims to address specific needs that may not be met through the standard competitive process, emphasizing the importance of timely and accurate communication in military operations. Interested parties can reach out to Roy Chow at roy.chow.civ@army.mil or 571-588-9315, or Caleb Kollins at caleb.m.kollins.civ@army.mil or 571-588-9160 for further details regarding this opportunity.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to establish an exception to the fair opportunity process for the procurement of administrative support services, including translation and interpreting. This opportunity is categorized under the PSC code R608 and is aimed at fulfilling specific administrative needs that are critical for operational effectiveness. Interested vendors should note that the primary contacts for this opportunity are Stephanie Thom and Roy Chow, who can be reached via email at stephanie.n.thom.civ@army.mil and roy.chow.civ@army.mil, respectively. Further details regarding the justification for this procurement can be found in the associated technical exhibit document.
    DLITE TO Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational efficiency within military operations that require precise language services. Interested vendors can reach out to Brittany Spicer at brittany.m.spicer2.civ@army.mil or by phone at (586) 282-6046, or contact Charles Scott at charles.b.scott44.civ@army.mil or (586) 282-7678 for further details regarding this procurement process.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    Sources Sought Notice - Learning Styles Inventory (LSI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources regarding the procurement of Strengths Deployment Inventory (SDI) assessment tools for use at Fort Leavenworth, Kansas. This Sources Sought Notice indicates the government's intention to award a sole source contract to Personal Strengths Publishing, LLC, now known as Crucial Learning, for a period of performance of up to 66 months, under the authority of 10 U.S.C §2304(c)(1). The SDI assessment tools are critical for training and development purposes within the Army, and the government is requesting interested firms to provide information on their capabilities, previous experience, and suggestions for enhancing competition. Interested parties should contact Alec Creekmore at alec.r.creekmore.civ@army.mil or 520-944-2189 for further details, as this notice does not constitute a formal solicitation or request for proposals.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.
    Contracted Laboratory Services CONUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    Interpreting DFAS-Rome, New York
    Dept Of Defense
    The Defense Finance and Accounting Service (DFAS) is seeking qualified vendors to provide interpreting services at its facility in Rome, New York, through a Request for Quotation (RFQ) identified as HQ042326QE012. The procurement involves both onsite and virtual interpreting services for deaf and hard-of-hearing employees, requiring interpreters fluent in various sign languages and spoken English, with an estimated need of 400 hours annually over a one-year base period and four one-year option periods. This contract, valued at approximately $22.5 million, emphasizes the importance of past performance in the evaluation process, with quotes due by December 18, 2025, and questions accepted until December 11, 2025. Interested vendors can contact Veronica C. Hay at 667-894-7327 or via email at Veronica.C.Hay.civ@mail.mil for further details.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    DLA Commercial Price List Market Research
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.