Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

69 -- The contractor shall provide analysis, design, development, and delivery of training materials to support the Mine Clearing Survivable Vehicle (MCSV).

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-W26AAN42248024
 
Response Due
9/10/2004
 
Archive Date
11/9/2004
 
Point of Contact
Richard Bonney, 703-325-1710
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(richard.bonney@cacw.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Communications Electronics Command (CECOM) Acquisition Center-Washington intends to award a purchase order for the procurement of a Training Package for HD Technology relating to the Mine Clearing Survivable Vehicle (MCSV). The contract or shall provide analysis, design, development, and delivery of training materials to support the MCSV. The total duration of the work shall be completed four (4) months from date of award. The following criteria are required: Create video supported training material for the Mine Clearing Survivable Vehicle (MCSV) that is manually controlled and based on a Pearson Engineering Ltd commercial tractor. The work to be performed by the contractor in the analysis, design, development , and delivery of training materials to support the MCSV shall be in English. Specific Tasks. 1) Evaluate MCSV equipment. In conjunction with the Subject Matter Experts (SMEs) provided by the Government, compile a task inventory associated with the operation and maintenance of the equipment. After a task inventory has been compiled, perform a task analysis to identify tasks for training. Based upon the tasks identified for training, create training materials both in CD-ROM and Video variants. Additionally, create a basic operator handbook/manual that includes operational and maintenance procedure s as well as standard operating procedures identified by the SMEs. Various MCSV doctrinal, operating, and training documents / publications may be used during the program. 2) Task Inventory. The initial step will be to build a task inventory. The task inventory will be based upon the operators and maintainers COTS Handbooks for the basic tractor, SME input, and any /all written supporting material concerning the modified implements. This t ask inventory will form the basis for the training program. The task inventory catalogs the training and performance requirements by identifying tasks/subtasks such as a: Group of related activities (subtasks). Task that has a definite beginning and end. Task involving people interacting with equipment. Task directly observable or otherwise measurable. Task that includes a mixture of decisions and/or physical activities required of an individual. A task that may be any size or degree of complexity. Operati onal and maintenance procedure. Standard operating procedure identified by SMEs. The scope of the task inventory depends on the application, depth, and nature of the project. 3) Design. The contractor shall build the framework for the training with the understanding that the audience user population can, at a minimum, operate the MCSV and an excavator. It involves determining and specifying learning objectives and instructional strategies/techniques for meeting the instructional goals. Existing instructional materials (objects) and raw media are reviewed to determine their applicability to the specific instruction under development. The design phase will include a graphical us er interface (GUI) prototype prepared in Macromedia Dreamweaver and a style template for the basic operator handbook/manual that the Humanitarian Demining Research and Development Technology Program office can review prior to moving into development. 4) Development. The contractors development efforts shall be based on the previously outlined and approved design. It is the process of constructing and integrating the various elements of a project (i.e., text, graphics, audio, video, and programming). Development consists of the following: 4a) Video. Pre-production including scripting that describes complex, difficult, and/or infrequent tasks. Field production by camera/production crew to shoot video in digital format for use in creating instructional CD-ROM/DVD for instructor use and to leave behind f or the users. Beta review of rough cut via joint meeting between Government and the Contractor. Delivery of source video files in their native format. 4b) Audio. Pre-production including scripting. Field production using an approved professional narrator. Post-production to log, digitize, and edit audio into either SWF or other compatible format for incorporation into video and CD-ROM/DVD. Beta review of rough cut via joint me eting between Government and the contractor. Final product incorporated into video and CD-ROM/DVD product release. Delivery of source audio files in their native format. 4c) CD-ROM / DVD. Create and assemble one approved graphic user interface (GUI). Create all graphics in BMP, JPEG, GIF, or other compatible format. Repurpose audio files produced as part of the video effort described above in either SWF or other compatible format. Repurpose video files produced as part of the video effort described above as MOV, AVI or other compatible format. Program and assemble the CD-ROM/DVD including integrating all course elements using Macromedia suite products such as Dreamweaver, Flash, etc.Develop menu-based search feature for easily locating processes, associated video segments, and paper-based materials. Beta review of rough cut via joint meeting between Government and the Contractor. Final product release of one (1) CD-ROM/DVD master copy and four (4) additional copies. Delivery of all source files in their native format. 4d) Instructor / Student Guide. Create a paper-based instructor guide to support stand-up instruction that covers how to use operational and maintenance procedures as well as standard operating procedures identified by SMEs. Create a student guide, which follows the instructor guide task by task. Create and produce a Preventative Maintenance Checks and Services (PMCS) checklist for operator use to conduct pre- / during / post-operational maintenance checks. Checklist will be laminated to prolong its usefulness. Number of checklists (to be delivered) to be determined.Create cover(s) and layout for guides. Create all graphics in BMP, JPEG, GIF, or other compatible format. Create corresponding text content. Assemble and integrate all the guide elements. Beta review of rough draft via join t meeting between Government and the contractor. Final product release of one (1) printed master copy and four (4) additional copies. Delivery of all source files in MSWord and .pdf formats. 5) IN-PROCESS REVIEWS. The contractor will conduct formal In-Process Reviews (IPRs) during development with Government representation to review and document progress, ensure development objectives are met, and to receive Government concurrence to continue. 6) DELIVERABLES. The contractor shall: Prepare and deliver Monthly Contractor Status Reports no later than the 15th of each month. Deliver final product release of one (1) CD-ROM/DVD master copy and four (4) additional copies. Deliver final product release of one (1) print ed master copy and four (4) additional copies of Instructor Guide and Student Guide. Deliver laminated PMCS Checklists (number to be determined). 7) TRAVEL. The Contractor is authorized to travel as required to compete the requirements and deliverables described within this SOW and contained in the cost. No prior Government approval is needed. However, all travel must be documented within the monthly Progres s, Status, and Management Reports. 8) GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI) / GOVERNMENT FURNISHED MATERIAL (GFM). Government shall provide access to MCSV SME support throughout design and development of training materials. During the Task Inventory, instructional developers will work closely with SMEs for technical assistance. Once the tasks are identified, the SMEs will provide guidance during the Design Phase in selecting those tasks that require training. During Development, the SME will continu e to work with the contractor so that construction and integration of the various elements of a project (i.e., text, graphics, audio, video, and programming) are accurately captured. The Government shall also p rovide access and/or copies, as required, of MCSV doctrinal publications, training materials, MCSV equipment operators manuals, Standard Operating Procedures (SOPs), and other materials needed for content references. Government obtained video and photogr aphy may also be provided. The Government shall provide access to MCSV equipment for photography, videotaping and as a reference in developing the operators handbook 9) PERIOD OF PERFORMANCE. 4 months from date of award. 10) DISCLAIMER. All reports delivered under this effort shall contain the following disclaimer statement: The views, opinions, and findings contained in this report are those of the author(s) and should not be construed as the official Department of Defen se (DoD) position, policy, or decision unless so designated in other official documentation. This procurement is 100% set aside for small business. Responses shall be no longer than 5 pages. In addition responses shall include a completed set of commercial Certifications and Representations as set forth in FAR 52.212-3. A copy of this clause may be downloaded from http://farsite.hill.af.mil/VFFAR1.HTM. These Certifications and Representation s shall not be included in the total page count. Responses shall be submitted via email by close of business on the response date noted above, to Richard Bonney, Contracting Specialist richard.bonney@cacw.army.mil and to the Contracting Officer, Peggy Mel anson @peggy.melanson@cacw.army.mil. All requests for additional information must also be submitted via email to Richard Bonney. Telephone requests for additional information will not be honored. Award will be made on the basis of the lowest evaluated price of proposal meeting delivery requirements and other requirements. Delivery will be FOB Destination. A single award is expected to be made within two weeks days of date for receipt of proposals. All proposing offerors must be registered with the Central Contractor Registration in accordance with FAR 52.204-7 and DFARS 252.204-7004. 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 b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00660443-W 20040901/040831064426 (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.