Opportunity
SAM #F2XHC46058AW01
eMentor Foreign Language Instruction Services for Air Force
Buyer
42nd Communications Squadron
Posted
April 10, 2026
Respond By
April 24, 2026
Identifier
F2XHC46058AW01
NAICS
611630
The Department of the Air Force, Air Education and Training Command (AETC), 42d Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking a contractor to provide eMentor Foreign Language Course Instruction Services. - Government Buyer: - Department of the Air Force, Air Education and Training Command (AETC), 42d Contracting Squadron - Maxwell Air Force Base, Alabama - Products/Services Requested: - Live, online synchronous foreign language instruction for Airmen and Guardians - Instruction delivered via a contractor-provided, government-approved Unified Communications and Collaboration (UCC) platform - Platform must support live video, real-time text chat, and document sharing - Contractor must supply qualified language instructors (eMentors) - Platform must be fully functional for all required features on the first day of the contract - Unique/Notable Requirements: - Platform must be secure, web-based, and government-approved - All features (video, chat, document sharing) must be operational at contract start - Requirement is set aside for small businesses under NAICS code 611630 (Language Schools) - No specific OEMs or vendors are named in the notice.
Description
Department of the Air Force, Air Education and Training Command (AETC), 42d Contracting Squadron, Maxwell AFB, AL 36112 will issue a solicitation on or about 30 April 2026 for eMentor Foreign Language Course Instruction Services.
eMentor Foreign Language Course Instruction Services is to be accomplished for the U.S. Air Force (USAF) Air University (AU) Academic Centers, USAF Culture and Language Center (AFCLC), Maxwell Air Force Base (AFB), Alabama. The contractor shall provide live, online synchronous foreign language instruction, delivered via a Contractor-provided, government-approved Unified Communications and Collaboration (UCC) platform, for a competitively selected General Purpose Force (GPF) population of Airmen and Guardians, whose courses are scheduled and managed with the aid of the government-owned Language Enabled Development Resource (LEaDeR).The contractor must provide qualified language instructors, hereafter referred to as eMentors; provide instruction in accordance with (IAW) the Client’s curriculum, program guidance and standards; provide a secure, web-based, government-approved UCC platform that supports live video instruction, real-time text chat, and document sharing between eMentors and Scholars. The Contractor must have access to and ability to use all functions associated with the UCC on Day One of the contract’s Period of Performance (PoP) date.
This requirement will be solicited competitively using 100% small business set-aside IAW the Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) 6.101. The proposed solicitation will be assigned the North American Industry Classification System (NAICS) Code 611630 (Language Schools), with a size standard of $20,500,000.00. A Firm-fixed-price (FFP) Labor Hour is contemplated. This is a competitive Performance-Price Tradeoff (PPT) best value source selection in which competing offerors' combined past performance information will be approximately equal to price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers will be treated equally except for their prices and performance records. Any proposal with an unacceptable Technical rating will not receive further evaluation. Failure to meet a requirement may result in an offer being determined unacceptable. The Government reserves the right to award a contract to other than the lowest Total Evaluated Price (TEP), if the difference in the Past Performance Confidence Rating of another offeror justifies the higher price premium. In that event, the Source Selection Authority will make an integrated assessment best value award decision using the TEP and the Past Performance Confidence Rating
The Government intends to evaluate offers and award this contract without negotiations. Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price standpoint. The offeror’s proposal response shall consist of three (4) separate parts; Volume I –Summary and Miscellaneous Data, Volume II – Technical Proposal, Volume III – Past Performance Information and Volume IV – Price Proposal.
The solicitation is projected to be issued on sam.gov, https://sam.gov. No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted.