Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOLICITATION NOTICE

A -- CD-Rom TRAINING MODULES

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. BOX 8368, MCP CAMP LEJEUEN, NC 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-02-Q-0008
 
Response Due
2/21/2002
 
Archive Date
3/23/2002
 
Point of Contact
MIMI ROBINSON, (910)451-1769 PHILLIP HARRELL, (910)451-2185
 
E-Mail Address
robinsonmn@lejeune.usmc.mil
(CONTRACTING DIVISION, CAMP LEJEUNE, NC)
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M6700101Q0008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The proposed acquisition is a small business set-aside. The standard industrial classification (SIC) code for this requirement is 7372 and the small business size standard is 500 employees. Item #0001: two (2) lots (7 courses per lot) consisting of the production of fourteen (14) classes to be presented via network playable and Cd-ROM formats. The clas s titles are: 1) Readiness; 2) SL-3, SL-4, TM-10; 3) Equipment Records; 4) PEB; 5) Tool Control; 6) Intro to MIMMS AIS; 7) Output Reports; 8) Intro to Maint Mgt; 9) Fed Log; 10) PM/CM; 11) RIP; 12) Supply Status; 13) DPR Analysis; 14) Validation/Reconciliation. These classes will have a total of three (3) versions each: 1) software source code to include all original media and graphics; 2) CD-Rom format; 3) network capable (Web) format. The network capable format will be developed according to USMC Distance Learning Center software baseline, technical guidelines and standards (guidelines and standards available upon request). The goal of the CD-Rom and network capable format is to have a DHTML/HTML course that operates within Internet Explorer Version 5.5 SP1 and utilizes Microsoft Windows Media Player version 6.4.07.1112 for all audio and video. The courseware will utiliz e pop-up photo detail views, pop-up video, animation (to include FLASH and Shockwave animation), narration, graphics, photographic diagrams and textual descriptions in its presentations. Scored checkpoint quiz questions and drag and drip authoring software must be operational attributes. Printed material, per class, is required in the forms of user manuals and “text books,” qty to be three (3) softback copies, per type (user manual and textbook), per course. All deliverables accepted by the government are required per training module: NATIVE and WEB PLAYABLE – NATIVE CD (otherwise known as source code): course preserved in its original format; video is “.AVI format” (desired goal is for the forma to allow for the easy changing of data); Web Playable CD and Network Capable Format: delivers course on CD-Rom to include installation instructions for CD-Rom and Network Capable version, but gives look/feel of the WEB; course will load and play within Internet Explorer window and utilize Windows Media Player Toolbook player or native Window format not be used to play the course. All final courseware will operate within Internet Explorer v5.5 SP1 Native tbk is changed to DHTML/HTML form and all audio and video is developed to operate and play within Windows Media Player version 6.4.07.1112. (NOTE: information provided is being used as a comparative standard for type of results desired); modules must have capability to be loaded onto the USMC DLC content delivery servers and current/future MarineNet architecture (additional information will be given upon request). Number of anticipated hours/CBT (respectively) per module – Readiness = 2/1; SL-3, SL-4TM-10 = 2/1; Equipment Records = 3/1; PEB = 1/.5; Tool control = 1/.5; Intro to MMIS AIS = 2/1; Output Reports = 3/1.5; Intro to Maint Mgt = 2/1; Fed Log = 1.5/.75; PM/CM = 1/.5; RIP = 1/.5; Supply Status = 2/1; DPR Analysis = 1/.5; Validation/Reconciliation = 3/1.5. ITEM 1001: Content-related subsections and total number of quizzes per module - The estimated number of content-related subsections/total number of quizzes per module are: 1) Readiness = 3/20; 2) SL-3, SL-4, TM-10 = 3/20; 3) Equipment Records = 4/20; 4) PEB = 1/10; 5) Tool Control = 2/10; 6) Intro to MIMMS AIS = 5/20; 7) Output Reports = 7/25; 8) Intro to Maint. Mgmt = 5/15; 9) FED Log = 2/15; 10) PM/CM = 5/20; 11) RIP = 3/10; 12) Supply Status = 2/10; 13) DPR Analysis = 1/10; 14) Validation/Reconciliation =3/15. ITEM 1002: Additional Information -Platform/Operating System and Accessories to be utilized – Pentium IM 266 mhz, Internet Explorer version 5.5 SP1 browser, Windows Media Player. Narration/Demonstrat ors/Photo Subjects - ALL will beUSMC personnel (i.e. SMEs). Additional Features Desired: hyperlinking; pop-up photo detail views; pop-up video; animation; graphic; photographic diagrams; textual descriptions. ITEM #0002: Conversion of eight (8) current courses to a network capable format according to standards identified in item #0001 and its subclins. The following courses will be converted to network playable format: 1) Calibration Control Program; 2) Modification Control Program; 3) ERO; 4) Priority Utilization; 5) Publications; 6) EROSL; 7) T/O-T/E-TAM; 8) MSC MMSOP/Desk Procedures/Turnover Folders. ADDITIONAL NOTES FOR ITEM #s 0001 and 0002: ALL FINAL DELIVERABLES ARE EXCLUSIVELY OWNED BY, AND FOR, THE EXCLUSIVE USE OF THE GOVERNMENT. All training information (subject matter experts) will be provided by Marine Corps Combat Services Support School. Review of eac h proposed CD-Rom, and network capable course, will be made, collectively by United States Marine Corps personnel (to be determined) and vendor. The USMC DLC, Quantico, Va. will perform software testing on all courses in accordance with the USMC Interactive Multimedia Instruction (IMI) Software System Testing Procedures Guide, dated 19 Sept 2000 (copy available upon request). Vendor is to make modifications identified in content review and Software Systems Testing. Final approval will be given by the Commanding Officer, Logistics Operations School prior to full production. ITEM #0003: Site Visits – Vendor must make on-site visits for the collection of data, to include, but not limited to, videotaping of actual procedures. Dates and locations for site visits: all work for the first seven (7) listed CDs must be done between the period of 0700 hrs Monday, 18 March 02 thro ugh 1700hrs Friday, 22 March 02. The next seven (7) modules’ site visit is to be performed between the period of 0700 hrs Monday, 06 May 02 and 1700 hrs Friday, 10 May 02. ITEM 3001: TRAVEL PAY – Reimbursable costs will be based on rates allowable per Joint Travel Regulations (JTR). As such, reimbursement for food and lodging will not exceed $ 85.00 per person, per day (vendor is to list, in quote, the number of personnel making site visit); air fare cost will be reimbursed based upon acceptable rates for coach travel (vendor is to submit an estimate that will be able to be listed as a “not to exceed” amount on award); documentation will be required prior to reimbursement of actual airfare costs. ITEM 3002: ADDITIONAL BAGGAGE COSTS – documentation must be provided for reimbursement. THE GOVERNMENT INTENDS TO ISSUE ONE (1) AWARD. Partial shipments will be accepted. FOB Destination to Freight Traffic Branch, Marine Corps Base, Camp Lejeune, NC 28542. Quotes other than FOB Destination will be rejected. DELIVERY REQUIREMENTS: Item #0001 are to be delivered 75 days from date of award. Item #0002 to be delivered 75 days after vendor’s site visit has been performed for this lot. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers – Commercial Items; FAR 52.212-3 Offeror Representations and Certifications – Commercial Items; FAR 52.212-4 Contract Terms and Conditions – Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. “OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. The Offeror is required to provide their Contractor’s DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFAR 252.204-7004 (mar 1998) Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any futur e awards. Evaluation for award will be based on ability to meet specs, ability to meet site visit dates, price, past performance. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Also submit descriptive literature with quotation and past performance information of at least one concern giving name, address and telephone number. The closing date for this solicitation is 21 Feb 02 by 2:00 P.M, EST. Submit offers to Contracting Division, or fax to (910) 451-2193. Notes 1 and 22. . <EMAILADD> robinsonmn@lejeune.usmc.mil] <EMAILDESC>Mimi Robinson USMC Contracting Division, Camp Lejeune NC
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/USMC/M67001/M67001-02-Q-0008/listing.html)
 
Record
SN00025993-F 20020214/020212214113 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.