Defense Language Institute Foreign Language Center (DLIFLC) Oral Proficiency Testing and Reporting Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is soliciting proposals for Oral Proficiency Testing and Reporting Services for the Defense Language Institute Foreign Language Center (DLIFLC) in Monterey, CA. This is a non-personal services contract set aside for HUBZone small businesses. The contract will support student and DoD linguist testing programs. Proposals are due April 13, 2026.
Scope of Work
The contractor will provide comprehensive support for DLIFLC's testing programs, including:
- Test Administration/Proctoring: Administering and proctoring tests, ensuring a conducive testing environment, and maintaining test logs.
- Oral Proficiency Interview (OPI) Services: Conducting OPIs and OPI Facilitation.
- Web-Based Test Scheduling and Program Management: Scheduling and managing web-based tests.
- On-site Program Management: Overseeing contractor personnel and coordinating with government representatives.
Key personnel roles include On-site Program Manager, Test Examiners/Proctors, OPI/Web-based Test Schedulers, and OPI Test Facilitators. The contractor must develop a Quality Control Plan (QCP) and adhere to Performance Requirements Summary (PRS) with high Acceptable Quality Levels (AQLs).
Contract Details & Timeline
- Contract Type: Solicitation (RFP) for a Firm Fixed Price non-personal services contract.
- Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside.
- Period of Performance: A maximum of 18 months, as clarified in the Q&A document.
- Place of Performance: Defense Language Institute Foreign Language Center, Presidio of Monterey, CA 93944.
- Proposal Due Date: April 13, 2026, 12:00 PM local time.
- Published Date: April 1, 2026.
Submission & Evaluation
- Submission Method: Electronic via email only. Volume II of proposals must be submitted in multiple emails, not as a ZIP file or PDF portfolio. Offerors must complete and submit SF 33 and SF 1449 (with original signature in block 17).
- Pricing: Bidders must use the revised pricing workbook (DLI_Atch 2 Pricing Matrix 3.25.26.xlsx) for labor cost calculations, including hourly unburdened rates, fringe benefits (default 30%), and overhead (default 10%). An inflation factor derived from the Joint Inflation Calculator (JIC) is required.
- Page Limitations: A 10-page total limit applies to specific sections of the proposal.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on Management/Technical Approach, Past Performance, and Price. The Government reserves the right to award without discussions.
Key Clarifications from Q&A (April 1, 2026)
- Contract duration is a maximum of 18 months.
- Escalation factor revised to 1.031 in the pricing spreadsheet.
- G&A and Fee columns added to the pricing spreadsheet.
- Test Examiner/Scheduler roles are Service Contract Act (SCA) positions; Wage Determination will be attached at award.
- Travel and Other Direct Cost (ODC) CLINs will have Not to Exceed (NTE) amounts provided upon award.
- Alternate Contract Manager CV is not required at submission but within five days of award.