DLI-W Test Scheduling and Administrative Services FY26-FY31
ID: W911S025SDLIWType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Test Scheduling and Administrative Services for the Defense Language Institute Foreign Language Center (DLIFLC) from fiscal years 2026 to 2031. The primary objective of this procurement is to support the administration of testing programs for students and Department of Defense linguists, emphasizing that the contractor will operate as a non-personal service provider without government supervision. This initiative is crucial for enhancing language capabilities within the military through structured testing programs, ensuring accountability and adherence to quality control measures. Interested parties must submit a capabilities statement by May 9, 2025, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil or Reginald Wynn at reginald.j.wynn.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a government contract providing Test Scheduling and Administration Services at the Defense Language Institute Foreign Language Center (DLIFLC) for fiscal years 2026-2031. Its primary objective is to support the testing programs for students and linguists while emphasizing that the contractor will operate as a non-personal service provider under the Department of Defense (DoD). Key components include the requirement for an on-site Program Manager to oversee contractor staff, several Test Examiners to administer tests, and specific roles for Oral Proficiency Interview (OPI) and web-based test scheduling. The contractor is responsible for adhering to strict quality control measures and must maintain compliance with various training and security standards. The document also details operational hours, expected deliverables, and a Quality Control Plan to ensure service effectiveness. Additionally, security requirements and training protocols are outlined, ensuring all personnel undergo necessary clearances and adhere to Anti-Terrorism and operations security standards. This contract reflects the government's aim to enhance language capability within its forces through structured testing programs, emphasizing accountability and thorough oversight throughout the contract's duration.
    The Defense Language Institute Foreign Language Center (DLIFLC) is seeking information through a Sources Sought Notice issued by the Mission Installation and Contracting Command (MICC) – Fort Eustis regarding potential contracts for Test Scheduling and Administrative Services from FY26 to FY31. The project requires support for administering testing programs at DLIFLC Headquarters in Monterey, California. The anticipated contract type is Firm Fixed Price, and this notice serves as market research rather than a solicitation. Interested parties must submit a capabilities statement no longer than six pages that details their qualifications in providing the required services, including past experience and company profile. The submission deadline is May 9, 2025. The document emphasizes non-personal service contracts, where the Government will not supervise or control service providers. Additionally, it requests information about small business status and, if applicable, partnerships with similar entities. Responses will remain confidential, and the government is not obligated to pay for information provided in response to this notice. Future solicitations may be announced separately. Overall, this Sources Sought Notice aims to gather market intelligence on available resources capable of fulfilling DLIFLC’s needs for testing administration and management services.
    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.
    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.
    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.
    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.
    Logistics Support Area - DCNG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.
    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.
    Practitioner e-Learning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    K-12 Curriculum and Transition Education For Students with Moderate-Severe Cognitive Disabilities
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking information from contractors capable of providing a commercial, off-the-shelf (COTS) K-12 curriculum and transition education program tailored for students with moderate-severe cognitive disabilities. The objective is to develop a comprehensive educational solution that aligns with DoDEA's College and Career Ready Standards and includes differentiated lessons, engaging activities, and transition education covering essential life skills and postsecondary planning. This initiative is crucial for enhancing educational outcomes for this specific student population and is expected to lead to a six-year contract starting in August 2026, with a solicitation anticipated in April-May 2026. Interested parties must submit their responses by December 23, 2025, to Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.