Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

70 -- e-Learning Library License and Implementation Support

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-02-Q-4240
 
Response Due
9/22/2003
 
Archive Date
9/22/2003
 
Point of Contact
Kristi Kershaw-Brown, Contract Negotiator, Phone 215-697-9635, Fax 215-697-5418, - Rocco Siravo, Contracting Officer, Phone 215-697-9640, Fax 215-697-5418,
 
E-Mail Address
kristi.r.kerhaw-brown@navy.mil, rocco.siravo@navy.mil
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00140-03-Q-4240. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-14 and DFARS Change Notice 20030430. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 541511 and the Small Business Standard is $21M. This is a sole source action with Harvard Business School Publishing (HBSP). The FISC Norfolk Detachment Philadelphia requests response from HBSP for a e-Learning Library License which consists of Leadership and Management Development Programs On-line Training and Implementation Support for a period of performance covering a base year and 2, 1-year options: CLINS 0001 Base Period - Date of award through 12 months thereafter,1 LOT; 0002 Option I - Date of expiration of Base Period through 12 months thereafter 1 LOT; and 0003 Option II - Date of expiration of Option I through 12 months thereafter 1 LOT. The description of the requirement for CLINS 0001 through 0003 is as follows: HBSP e-Learning Library License and Implementation Support for 10,000 + (unlimited users), which consists of following: Leadership and Management Development Programs-Interactive Online, Training (15 courses), Harvard Manage Mentor Plus (33 modules with an article for each module), and Harvard Manage Mentor Resource Pack (85 Articles). Statement of Work: The contractor shall provide interactive online programs designed to develop the skills necessary to become high performing leaders and managers. The courses shall be cable of being mapped directly to our Competency Model across all levels of leadership and provide both engaging and dynamic leadership development solutions to the Fleet. IMPLEMENTATION SUPPORT: The contractor shall work in three main areas that are required to assist the Navy in an Implementation Plan. These areas include Content Integration, Internal Marketing, and Content Deployment. CONTENT INTEGRATION: The contractor shall work with the CNL Project Manager to determine the specific competencies that are mission critical. The contractor shall identify and map the content (Interactive E-Learning and Performance Support Tools) that will have the most impact on knowledge and behavior for CNL. The deliverables shall include:1. Weave all applicable content throughout the Navy Intranet to corresponding E-Learning modules and resources by as required. 2. The contractor shall provide all media via CD-ROM with the ability to customize the code to meet NKO/LMS or CBT requirements by 26 Sep 2003. INTERNAL MARKETING: The contractor shall identify existing vehicles or create new ones to ensure that the participants are aware of the new resources at their disposal to improve their performance and behavior as required. The deliverables included in the Marketing Plan shall include: 1. An "Awareness Campaign Plan" including suggested memos and support material 2. Development of e-mail and traditional marketing campaigns 3. Promotional content for e-mail, newsletters and customized brochures 4. A jointly developed marketing schedule with milestones and action lists. CONTENT DEVELOPMENT: The contractor shall identify the most efficient way to deploy the content in the Phase One Implementation and to determine both the short and long term registration and deployment strategies as required. The contractor shall also identify and complete any customization and development work required for short and long-term deployment as required. HBSP product is unique, as it includes providing all medias via CDROM with the ability to customize the source code to meet the Government?s requirements. HBSP provides the source code for this product to allow for ease of customization. The e-Learning Library is the only known product that is fully customizable through branding and messaging to provide focused content directly linked to the Naval Leadership Competency Model. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ( Parts (b) (13), (15), (16), (17), (18), (19), (29), and (31). The Quoter is reminded to include a completed copy of 52.212-3 ALT I with quote. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR Clause 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) applies. Inserts for FAR Clause 52.217-9: (a) The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the contract and (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. The Year 2000 Warranty - Commercial Items applies. Addenda to FAR 52.212-1ists DFARS 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . Responses to this solicitation are due at FISC Norfolk Det Phila., Bldg. 2B, 700 Robbins Ave., Phila., PA 19111, ATTN: K. Brown, Reference RFQ N00140-03-Q-4240, no latter than 4:00 pm E.S.T. on 22 Sep 2003. Facsimile responses are acceptable but the contracting office is not responsible for information missing due to fax malfunction. The fax number is 215-697-5418. At a. minimum the quoter shall provide this office: a signed price quote for the requested items (with unit and extended amounts per item number), prompt payment terms, remittance address, and copies of FAR 52.212-3 and DFARS 252.212-7000 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The government will not pay for information received. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For questions regarding this announcement, contact Ms. K. Brown, who can be reached at 215-697-9635 or email Kristi.Kershaw-brown@navy.mil.
 
Place of Performance
Address: Center for Naval Leadership, Knowledge Management Directorate, Suite 351A, 1575 Gator Blvd., Norfolk, VA 23521-2746,
 
Record
SN00435765-W 20030918/030916213406 (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.