Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

70 -- E-Learning Translation/Editing Tool

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017803R1109
 
Response Due
8/25/2003
 
Archive Date
10/25/2003
 
Point of Contact
XDS110 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
Email your questions to Naval Surface Warfare Center , Dahlgren Division
(XDS11@nswc.navy.mil)
 
Description
This requirement is for a Firm Fixed-Price contract for the acquisition of a customized tool, Translation Editor, and associated maintenance support. The Translation Editor will allow human translators (non-programmers) to translate e-Learning courses into other languages. Based upon market survey conducted for this acquisition, it is anticipated that this requirement can be met by a either a commercial product or a modified commercial product. This product shall specifically translate e-Learning content of sharable content objects in a Sharable Content Object Reference Model (SCORM) compliant courses and will be used by human translators who are well versed with both the source and target languages and allow that content to be articulated through any SCORM conformant LMS. Compliance with the current SCORM standard as identified at http://www.adlnet.org and current DoD policy on use of ActiveX and mobile code is required. In addition to the general requirements identified above, following are the mandatory requirements: (1) Editing Translating Support for e-Learning Course Packages; (2) Support for SCORM conformant LMS/LCMS Systems; and (3) Scalability to support all coalition languages. The translator product must have the ability to accept as input any HTML or SCORM compliant e-Learning course package, analyze the package and through its interface assist the translator to translate the content and produce an HTML or SCORM compliant output package in the target language, which can then be imported into any HTML or SCORM compliant LMS or LCMS system. The translator product must have the ability to support translations between English, Russian, French, Spanish and German. It is highly desired that the translator have scalability to support not o nly the five initial languages identified above, but also any combination of those languages and additional languages as required. The translator shall have the ability to support manual translation of e-Learning courses developed in any source language to any other target language; Support for proofreading, editing and correcting content by using the same source and target languages; Ability to perform basic edit functions of e-Learning content being translated including, but not limited to, text editing (copy, paste, insert, delete, etc.), spell check, font manipulation, etc.; Ability for users (translators) to preview both source and translated content; Ability to swap out media objects (i.e., images, audio files, etc.) in foreign languages which can then be translated outside the tool (using tools such as Photoshop, SoundForge) and imported back into the systems and used d uring the translation process; Ability for users with little or no technical skills (non-programmers) to operate the tool and perform translations; Designed to be user-friendly and shield the user from the technical details of e-Learning course content structures; Web-user interface with access controls and authorizations; Ability to handle high volumes of users and content; and Efficient remote operation using either dial-up or broadband modem connections. The five languages (English, Russian, French, Spanish and German) must be available within 30 days after Contract Award. 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 the only solicitation; proposals are being requested and a written solicitation will no t be issued. This is a Request for Proposals (RFP); the solicitation number is N00178-03-R-1109. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This requirement is 100 percent set-aside for small business and FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996) is applicable. The associated NAICS Code is 541511, Custom Computer Programming Services; the Small Business Size Standard is $18,000,000. The contractor shall provide: CLIN 0001 Delivery of Translator Tool that meets the specifications outlined above for the five languages (English, Russian, French, Spanish and German), 1 lot to be priced on a Firm Fixed Priced Basis. WARRANTY ? Offerors shall offeror the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The warranty shall be of a minimum duration of 1 year from date of acceptance by the Government. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Combat Direction Systems Activity (CDSA), Dam Neck, 1922 Regulus Avenue, Virginia Beach, Virginia 23461-2097, Attn: Code F21/ less than 30 days after contract award. INSTRUCTIONS - The provision at 52.212-1, Instructions to Offerors ? Commercial applies to this acquisition. Addenda to far 52.212-1 Instructions to Offerors- Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as ORIGINAL and bear original si gnatures. The copies shall be complete and clearly identified as COPY. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS followed by the DUNS number that identifies the offeror?s name and address. The offeror shall provide documentation that shows their current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etc. that offers a product which will best meet the need?s of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make a sound determination as to the technical capability of the proposed product to meet specific specifications and delivery schedule outlined above. A copy of commercial warranty provisions shall also be provided. PAST PERFORMANCE - Each offeror shall provide points of contact of the last three sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1. Reference Organizational Name; 2. Point of Contact Contracting and Technical; 3. Point of Contact Address and Phone Numbers; 4. Type of Contract; 5. Dollar Value of Contract; and 6. Performance Period. Each point of contact will be asked to rate the quality of the product, timeliness of delivery and customer service. PRICE PROPOSAL - The Price Proposal shall reflect the following information as a minimum: (a) A copy of the current catalog or established price list f or the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (e) The offeror is requested to submit the following pricing information on the three most recent sales of the items being procured or similar items: date o f sale; quantity; unit price; customer contract no.; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. Adequate detail shall be provided to substantiate the price reasonableness of the offeror?s proposal. (f) Pricing information for customization of the proposed tool including labor rates. EVALUATION - The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation criteria is to be included in paragraph (a). The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. The capability of the proposed product to meet the technical requirements outlined herein is m ore important than Past Performance. Areas to be considered are: Capability to edit and translate e-Learning content in a variety of formats (such as Hypertext Markup Language (HTML) and Sharable Content Object Reference Model) into Sharable Content Object Reference Model (SCORM) or HTML formats; Ability to meet the instant requirement for the five languages; Capability to expand the tool?s capability to additional languages; Capability to support manual translation of e-Learning developed in any source language to another target language; Capability to swap out media options; Web-user interface with access controls and authorizations; Efficient remote operation using dial-up or broadband modem connections; Ability to interface with e-Learning/Learning Management Systems (SCORM and non-SCORM compliant); and the Capability to provide translator for the five languages within 3 0 days after the contract award. Past performance - Offerors will be evaluated on quality of product; timeliness of delivery; customer service; and relevant experience with customized applications. Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications- Commercial Items and, with its offer. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The clauses at 52.212-5(b)(1)(5)(11)(12)(13)(14)(15)(21 Deviation)(24); and 252.232-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation) (to include 52.203-3; 252.205-7000; 252.225-7012; 252.225-7027; 252.225-7028; 252.225-7036; 252.227-7015; 252.227-7037; 252.243-7002; 252.247-7023; and 252.247-7024) and applies to this acquisition. Offers are due no later than 2:00 p.m. EDT on 25 August 2003. Offers should be sent to the attention of Code XDS110, Building 183, First Floor, Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448/Phone (540) 653-7478/FAX (540) 653-7088/E-mail XDS11@nswc.navy.mil.
 
Web Link
Naval Surface Warfare Center , Dahlgren Division
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/)
 
Record
SN00401832-W 20030816/030814214736 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.