Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

70 -- PROVIDE UPGRADE TO THE EDUCATIONAL CURRICULUM COURSEWARE FROM VERSION V4/V5 TO SUCCESSMAKER ENTERPRISE, INSTALLATION, SUPPORT, AND PROFESSIONAL SERVICES.

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Installation Business Office, Fort Bragg Contracting, P.O. Drawer 70120, Fort Bragg, NC 28307-0120
 
ZIP Code
28307-0120
 
Solicitation Number
DAKF40-02-R-0039
 
Point of Contact
Ella Porter, (910) 396-4362 x223
 
E-Mail Address
Email your questions to Installation Business Office, Fort Bragg Contracting
(portere1@bragg.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DAKF40-02-R-0039 will be issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisiti on Circular 2001-08. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The Government intends to award a sole source contract to NCS Pearson, Inc., however, any firm that believes it can meet the requirements may give written noti fication to the Contracting Officer NLT COB 20 September 2002. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed below. Responses received will be evaluated, however, a determinat ion by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the sole source acquisition under FAR 6.302 -1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Responses must be submitted via e-mail to portere1@bragg.army.mil. Faxed responses will be accepted at (910) 396-9438. Telephone requests or inquires wil l not be accepted. The NAICS Code is 511210 with a size standard of $21.0 Million. The Fort Bragg Schools, Fort Bragg, NC has a requirement to upgrade the existing Educational Curriculum Courseware from Version V4/V5 to SuccessMaker Enterprise, installa tion, support/ maintenance, and professional services for the Computer Assisted Instructional (CAI) Laboratories. This acquisition is a Fixed Price type contract. The contract shall include a Base Period (CLINS 0002-0005) and Four (4) one year Option P eriods (CLINS 1001-4004). Proposals shall include price for the base and option periods. Offerors shall utilize the Proposed Schedule of Supplies and Services, which can be found on the IBO-Contracting Website, located at the end of this synopsis/solicita tion. The line item descriptions in the schedule are as follows: Line Item 0001 Provide Software Upgrade and Installation, Quantity 7 each, Completion Date-30 October 2002. Line Item 0002 Provide Support Services for software installed in the Comput er Assisted Instructional Laboratories, Quantity 12 months. Line Item 0003 Provide Support Services for software installed on the Server at the Elementary Schools, Quantity 12 months Line Item 0004 Provide Support Services for software installed on the Server at the District Office, Quantity 12 months. Line Item 0005 Provide Professional Services, Quantity 2 days. STATEMENT OF WORK: The contractor shall provide upgrade to the Educational Curriculum Courseware from Version V4/V5 to SuccessMaker Enterprise, installation, support/maintenance, and professional services for the Computer Assisted Instructional (CAI) Labo ratories at Fort Bragg Schools, Fort Bragg, North Carolina. Professional services include product training, courseware overview, basic management system routines, enrolling students individualized instruction, classroom management and scheduling. The upg rade will facilitate comprehensive managed courseware providing teachers the tools needed to monitor and direct the progress of every student while providing each student with an individualized learning plan with content aligned to national and state stand ards and standardized tests. INSTRUCTIONAL MANAGEMENT SYSTEM. The software shall include license fees, curricula learning fees, and other fees and licenses needed to upgrade the existing software to SuccessMaker Enterprise. The upgrade to the Instructional Management System shall include fle xible curriculum planning, individualizing instruction integrating the initial placement process, automatically locating each student's appropriate instructional level based on their responses, include intelligent branching, and selecting appropriate strat egies for learning. Provide on-going adjustment of student level and content, supporting steady growth, offers accessibility to instructional resources, engage students with an interactive multimedia learning experience, assessment tools embedding continu os progress assessment, adapts the course to the student's level, and lets the teacher know how the student is performing. Instructional management reports give teachers the information required to make effective instructional decisions and effective repo rts for planning/accountability. Curriculum Software shall include Mathematics, Math Corner (K-4), Math Concepts and Skills (K-8.9), Math Investigations (5-8), Math Processor (5-8), Reading/Language Arts, Reading Readiness (K), Story Painter (K-2), D iscover English (K-2), Reading Adventures, Primary (1-2), Initial Reading (1-2), First Adventures Bookshelf (K-2), First Adventures Bookshelf (K-2), Spelling Skills (2-8), Reading Adventures (3-6), Spelling Skills (2-8), Reading Adventures (3-6), Writ er's Studio (3-8), Reader's Workshop(3-7), Reading Investigations (6-8), ESL/Bilingual, Math Concepts and Skills, Spanish (K-8,9), Vamos a Leer! (K-2), Story Painter, Spanish (K-2). The Contractor shall provide support maintenance within 24 hours response time, during the Principal Period of Maintenance, which is 8:00 a.m. to 4:15 p.m., Eastern Time, Monday through Friday. If the system remains inoperative and cannot perform the scheduled workload due to an equipment or operating software malfunction thro ugh no fault or negligence of the Government for a period of eight (8) consecutive hours or more than eight (8) nonconsecutive hours during a 24 hour period, the Contractor shall grant a credit to the Government for each hour of downtime in the amount of o ne-half (1/2) percent of the Total On-Call Maintenance Charge. A complete copy of the Statement of Work may be downloaded at the Installation Business Office-Contracting web site located at http://www.bragg.army.mil/www-doc/default.htm. FAR 52.212-1, Ins tructions to Offerors-Commercial Items, is applicable except that facsimile or alternate proposals are not acceptable and Offerors shall agree to hold the prices in its offer firm for 60 calendar days from the date specified for the receipt of offers. FAR 52.212-2, Evaluation Commercial Items, applies with the following revision to paragraph 'a' of the provision: The Government intends to award a contract to the sole source vendor based on his acceptance of the terms and conditions of this solicitation an d determination of a fair and reasonable price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 52.212-7000, Offeror Representations and Certifications-Commercial items are applicable and Offerors shall include a compl eted copy of the Representations and Certifications with their proposal. These Representations and Certifications can be found on the website provided at the end of this synopsis/solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is also applicable with no changes. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following subparagraphs checked as appropriate: 52.203-6, 52.219-8, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.239-1, 52.222-41 (CLINS 0002-4004), 52.222-42 (CLINS 0002- 4004)(Computer Based Training (CBT) Specialist/Instructor, Series 29035, Grade GS09/1, $17.93 and Computer Programmer, Series 03073, Grade GS09/1, $17.93), and 52.222-43 (CLINS 0002-4004). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Order Applicabl e to Defense Acquisitions of Commercial Items, applies with the following subparagraphs checked as appropriate: 52.203-3, 252.225-7001, 252.225-7012, 252.243-7002, 52.247-7023, 252.247-7024. FAR 52.217-4, Evaluation of Options; FAR 52.217-8, Option to E xtend Services, insert in the final sentence 'at any time prior to the expiration of the contract'; FAR 52.217-9, Option to Extend the Term of the Contract, paragraph (a) shall state '60 calendar days prior to expiration of the contract' and paragraph (c) shall state, '66 month'; FAR 52.232-18, Availability of Funds; FAR 52.233-2, Service of Protest, paragraph (a) shall state, 'Gloria A. Carr, Acquisition Div, IBO-C, Bldg. 1-1833, Scott St., Ft. Bragg, NC 28310'; FAR 52.233-3, Protest after Award; DFARS 25 2.204-7004, Required Central Contractor Registration; and DFARS 252.201-7000, Contracting Officer's Representative. If no responses are received by COB on 20 September 2002 which indicate the ability of any company other than NCS Pearson, Inc., to provide this requirement noted above and in the detailed statement of work, the proposal from the sole source vendor shall be received in this office by 3:00 PM, 24 September 2002. The proposal shall consist of : (1) SF1449 signed by an individual authorized to bind the company; (2) the Proposed Schedule of Supplies and Services; (3) complete representations and certifications; and (4) a statement to acknowledge any amendments to the solicitation. The SF1449, Proposed Schedule of Supplies and Services, as well as the detailed Statement of Work and the applicable Wage Determination can be found and downloaded from http://www.bragg.army.mil/www-doc/default.htm. NO HARD COPIES OF THIS SOLICITATION WILL BE MAILED. It is your responsibility to review the website for a ny changes to the RFP. The Contractor must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is: http://ccr.gov. The Point of Contract for this requirement is Ella M. Port er, (910) 396-4362 x244 or email portere1@bragg.army.mil. The address for proposal submission is: Installation Business Office-Contracting ATTN: AFZA-IBO-C, Ella M. Porter, Bldg. 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310.
 
Place of Performance
Address: Installation Business Office, Fort Bragg Contracting P.O. Drawer 70120, Fort Bragg NC
Zip Code: 28307-0120
Country: US
 
Record
SN00170341-W 20020920/020918213721 (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.