Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOURCES SOUGHT

U -- Sources Sought for US Army e-Learning Program

Notice Date
5/27/2005
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-05-R-DLS
 
Response Due
6/15/2005
 
Archive Date
8/14/2005
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The US Army Contracting Agency-ITEC4 is planning an acquisition for the requirements of the US Army e-Learning program. The contract will be a follow-on to the current e-Learning contract with Skillsoft. The purpose of this synopsis is to identify qualified sources that can meet the Armys e-Learning requirements, and to solicit answers to questions and comments on the Statement of Objectives (SOO) and the acquisition strategy. The e-Learning program is managed by the Program Manager, Distributed Learning System (PM DLS), Newport News, Virginia. The Army e-Learning Program provides free training for every Active Army, National Guard, Reservist, ROTC Cadet and Department of the A rmy Civilian with access currently to over 1,500 web-based information technology, business, leadership, and personal development courses. These courses are accessible by authorized users with an Internet connection. Army e-Learning benefits under the cu rrent contract include opportunities for enlisted personnel promotion points; over 40+ certification programs, such as MCSE, A+, CISSP, Cisco, Oracle and more with personal mentoring; continuous learning points for civilian acquisition workforce; and some college course accreditation. The program supports the total population of the Army of approximately 1.4 million people (Active Duty, Reserve, National Guard, and civilians). The e-Learning contractor will be required to provide access to commercial, web-based courseware on general IT as well as vendor-specific IT subjects, such as information assurance, public key infrastructure, telecommunications, management, employee develo pment, and general education. The courseware also will be ordered from time to time on CD/ROM/DVD for copying and distribution by the Government to soldiers who do not have Internet access. In addition, the contractor will perform the full range of services required to manage the course-ware, including but not limited to providing courseware updates, managing student progress and course completion, maintaining a help desk, designing custom p ath curricula, and reporting performance measures and metrics. Acquisition Strategy. The Government is considering a 10-year, Indefinite Delivery/Indefinite Quantity contract. The contract will be performance-based. Orders will be issued from time to time for the services provided by the contractor. Pricing Strategy. The Government plans to require offerors to provide a fixed monthly price for access to the offerors proposed courseware library and all associated services. The scope of the offerors courseware proposal will be considered in the eval uation. Range pricing may be offered based on the ranges of concurrent users, but may not be offered based on the number of courses offered. Custom path development and administration will be acquired on a T&M basis (unless NSP from the monthly access ch arge). Given current and future budget constraints on the Army, monthly pricing is necessary to allow the Government greater ordering flexibility than annual license payments and to simplify administration. In addition, monthly pricing will allow the Gov ernment to utilize performance-based contracting techniques. The contractor will be selected based on a best value evaluation in accordance with FAR Part 15. A small business set-aside is not planned. The applicable NAICS code is 511210. The applicable FSC is U012. The Government plans on requesting offerors to submit a Performance Work Statement (PWS) based on the Statement of Objectives (SOO) contained in the solicitation. The PWS will incor-porate performance-based standards and incentives/disincentives. IMPORTANT. The draft SOO is attached to this synopsis. Vendors are requested to submit comments on the SOO. (Comments on the SOO not to exceed 5 pages.) The Government plans on releasing the e-Learning Solicitation in June 2005 an d awarding the contract in September 2005. At the appropriate time an additional solicitation synopsis will be issued and the solicitation will be posted on the FedBizOpps web site. Interested sources are requested to provide a capability statement. At a minimum, the statement should include the sources web site address; courseware catalog and/or description of courseware library; most relevant Government or corporate client (one client reference only) and POC information for this client; business size, socio-economic status, number of employees; and annual revenue for the last three fiscal years. (Response not to exceed 5 pages; page limit does not apply to advertising material s uch as company brochures and courseware catalogs.) IMPORTANT. Vendors are requested to answer the attached questionnaire in their response to this synopsis. (Answers not to exceed 20 pages, including the 7 questionnaire pages.) IN ADDITION, comments are requested on the acquisition and pricing strategy, e.g., suitability for unrestricted competition or set-aside; pricing methodology; recommended evaluation factors, etc. (Comments not to exceed 5 pages.) Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Note page limits set forth above. Compliance with the instructions in this synopsis will be considered in evaluating the vendors capabilities. In accordance with FAR 15.201(e), a response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. Response to this synopsis is voluntary. The Government will not award a contract on the basis of this synop sis, nor pay for information provided in response to this synopsis. This information will not be returned. Corporate information marked proprietary, such as non-public pricing or bid strategy, will be safeguarded accordingly. However, the Government may use comments or suggestions about the e-Learning acquisition strategy in any way that the Government choos es. NOTE. The final requirements and acquisition strategy for the e-Learning program may be different from that described in this sources sought synopsis. Response to this synopsis may be mailed or hand-delivered to the US Army Contracting Agency-ITEC4, ATTN: Mr. Daniel Keyes, Hoffman I Building, Room 284, 2461 Eisenhower Avenue, Alexandria, VA 22331-1700. Response by email is preferred, but no zipped fil es may be sent by email due to local firewall restrictions. Email responses shall be sent to Daniel.Keyes@itec4.army.mil and Richard.Sturgis@itec4.army.mil. Points of Contact. Mr. Daniel Keyes, (703) 325-8718. Mr. Richard Sturgis, (703) 325-6068. To assure a complete audit trail, all questions regarding this synopsis or the e-Learning program shall be sent by email to the above email addresses with a copy to Stanley.C.Davis@us.army.mil. Response to this synopsis shall be submitted NLT 15 June 2005.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00817654-W 20050529/050528093234 (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.