Evaluation of Foreign Education and Training Credentials
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
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 06, 2023 09:27 am EDT
- Original Response Date: Oct 10, 2023 07:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 25, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R699 - SUPPORT- ADMINISTRATIVE: OTHER
- NAICS Code:
- 611710 - Educational Support Services
- Place of Performance: Carlisle , PA 17013USA
Description
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for W91QF024Q7001 on a SOLE SOURCE basis but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
The proposed sole source service contract to Foreign Credentials Service of America for Evaluation of Foreign Education and Training Credentials for International Officers. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements
The US AWC is accredited by the Middle States Commission on Higher Education to award the Master of Strategic Studies (MSS) degree. Students must provide proof (via transcript) of award of a bachelor's degree (or US equivalent) in order to be eligible to pursue the MSS degree. The US AWC includes approximately 100 international fellows each year. Common practice at colleges and universities in the United States is to have international students' foreign academic documents evaluated by a credentialing service for US degree equivalency.
The Foreign Credentials Service of America (FCSA) is a nationally recognized professional organization for college administrators. FCSA provides credentialing services for international students for its member institutions. FCSA has proven to be very effective at evaluating foreign military schooling and equating the educational experiences into US academic credentials through a detailed report. In accordance with AWC Registrar Office, the US AWC should use FCSA as the credentialing source due to their effective evaluation of the varied foreign documents we receive from the international fellows.
In years past, the registrar office used different organization but the service ceased as of August 2016. In the past, these services were paid through the government credit card program, therefore contracts were not required. This services has been funding through the International Fellows program and is part of the tuition cost.
This service will support foreign degree verification to determine if students have the minimum education requirements (bachelor degree) for enrollment into the AWC's Master's program.
This notice does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are:611710 Educational Support Services, Size $24M.; PSC code R699 – Other Administrative Support Services.
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Attachments/Links
Contact Information
Contracting Office Address
- DIRECTORATE OF CONTRACTING 314 LOVELL AV SUITE 1
- CARLISLE BARRACKS , PA 17013-5072
- USA
Primary Point of Contact
- Christine Cairo
- christine.a.cairo.civ@army.mil
Secondary Point of Contact
- Bethany L. Flynn
- bethany.l.flynn.civ@army.mil
History
- Oct 25, 2023 11:55 pm EDTSources Sought (Original)