Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
MODIFICATION

69 -- 69 - Functional Requirements Document/ Learning Assessment System Commercial Software

Notice Date
12/15/2005
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-06-R-0021
 
Response Due
1/12/2006
 
Archive Date
1/27/2006
 
Point of Contact
Alan Wright, Contracts Specialist, Phone 407-380-4066, Fax 407-380-4164,
 
E-Mail Address
Alan.Wright@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies, prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. Solicitation number N61339-06-R-0021 applies and is hereby issued as a request for proposal (RFP). Download site: http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?RND=402082 This announcement constitutes the only solicitation and proposal being requested. A written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 THIS IS A 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) Code is 511210. Small Business size standard is $21M. Background: The Naval Education and Training Command (NETC) has a requirement to provide the Navy Integrated Learning Environment (ILE) with the capability to assess student knowledge, skills, and abilities (KSAs). The Marine Corps also requires a Learning Assessment System (LAS) to integrate with its enterprise Distance Learning Network known as “MarineNet”. The LAS will serve as the assessment and survey tool for the Navy’s and Marine Corps’ e-learning environments. It will be used to determine a student’s training needs prior to training (pre-assessment) so that the training can be tailored to their unique needs, after training (post-assessment) to verify they obtained intended KSAs, and to obtain course evaluations from students. The LAS will have the ability to author, schedule, deliver, and report on surveys and tests. The LAS will interface with the ILE and Marine DL systems include Learning Management Systems to provide control of schedule, delivery, and report functions. The Functional Requirements Document (FRD) Learning Assessment System (FRD LAS) establishes the functional requirements for a commercial-off-the-shelf (COTS) LAS. The LAS will serve as the assessment and survey tool for the Navy’s and Marine Corps’ e-learning environments. The following items are required: CLIN 0001: Learning Assessment System SLIN 0001AA: License Agreement for US Navy SLIN 0001AB: License Agreement for US Marine Corps SLIN 0001AC: Product Package for US Navy SLIN 0001AD: Product Package for US Marine Corps CLIN 0002: Software Support SLIN 0002AA: Software Support Agreement, Year 1 SLIN 0002AA: Software Support Agreement, Year 2 (Option) SLIN 0002AA: Software Support Agreement, Year 3 (Option) SLIN 0002AA: Software Support Agreement, Year 4 (Option) SLIN 0002AA: Software Support Agreement, Year 5 (Option) CLIN 0003: Training SLIN 0003AA: Web-based Training SLIN 0003AB: Instructor-Led Training for US Navy SLIN 0003AC: Instructor-Led Training for US Marine Corps SLIN 0003AD: Train-The-Trainer Training for US Navy SLIN 0003AE: Train-The-Trainer Training for US Marine Corps CLIN 0004: On-Site Support, 10 days Product/Services Requirements: CLIN 0001, Learning Assessment System. The contractor shall provide a Learning Assessment System (LAS) that satisfies functional requirements identified in the FRD LAS Functional Requirements document. SLIN 0001AA/AB, License Agreements. The contractor shall provide two Enterprise- Wide Perpetual license agreements (one for U.S. Navy and the other for U.S. Marine Corps). Each license shall allow for unlimited concurrent Participants, 150 concurrent Administrators, 150 concurrent Authors, and unlimited servers. Administrators have the capability to register on-line users, schedule assessments, generate reports, and perform test item analysis. Authors are assessment developers. Licenses shall be delivered within 15 days of contract award. SLIN 0001AC/AD, Product Packages. The contractor shall provide two Commercial Item software packages including executable software and software support information (CD and Manuals) (one for U.S. Navy and the other for U.S. Marine Corps). Product packages shall be delivered within 15 days of contract award FOB destination to: NETPDTC, Attn: Rodger White Code 4.6.1.5, BLD 830, RM 103, 6490 Saufley Field Road, Pensacola, FL 32509-5237 and MARCORSYSCOM, Attn: PM Training Systems, Anne Sullivan, 2200 Lester Street, Quantico, VA 22134 CLIN 0002, Software Support. The contractor shall provide one year of software support, with options for up to four (4) additional years. The software support agreement shall include software updates and technical support. The contractor shall provide software releases, service packs, and hot-fixes released during the period of performance of the support agreement. This includes full upgrades to the next full version number. The contractor shall maintain a Help Desk to assist with technical and non-technical issues during normal business hours (0900-1700 CST, Monday through Friday). The Help Desk need not be available on federal holidays. The Help Desk shall accept calls from a minimum of two (2) designated Navy and two (2) designated Marine Corps representatives. CLIN 0003, Training. The contractor shall provide training necessary to effectively use the LAS. The government desires to obtain web-based, instructor-led, and train-the-trainer training. However, the absence of any or all training is acceptable if the proposed software product is designed (intuitive user interface, extensive help features) to preclude the need for formal training. SLIN 0003AA, Web-Based Training. The contractor shall provide web-based training to introduce authors and administrators to the functions and features of the LAS. The web-based training shall be available throughout the software support agreement period of performance. SLIN 0003AB, Instructor-Led Training. The contractor shall provide two convenings of a training course to equip individuals to perform authoring and system administration functions (one for U.S. Navy and the other for U.S. Marine Corps). The course shall accommodate fifteen (15) individuals. The training shall be conducted at a Government Facility equipped with an Advance Electronics Classroom (AEC) located in Pensacola, FL and Quantico, VA. Training shall be completed within 120 days of contract award. Specific times to be mutually agreed upon by the parties. SLIN 0003AC, Train-the-Trainer Training. The contractor shall provide two convenings of a training course to equip individuals to provide LAS training (one for U.S. Navy and the other for U.S. Marine Corps). The course shall accommodate fifteen (15) individuals. Students shall be provided with instructor materials needed to provide LAS Training. Training shall be conducted at a Government Facility equipped with an Advance Electronics Classroom (AEC) located in Pensacola, FL and Quantico, VA. Training shall be successfully completed within 120 days of contract award at a mutually agreed date. CLIN 0004, On-Site Support. The contractor shall provide one-week (5 days) on-site consulting in Pensacola, Florida, site to-be-determined, to assist in the integration and deployment of the LAS into the Navy’s Integrated Learning Environment. The contractor shall provide an additional one-week (5-days) of on-site consulting in Quantico, VA to assist in the integration and deployment of the LAS into the Marine Corps’ MarineNet. On-site support shall be delivered within 60 days of contract award at a mutually agreed date. Proposal Requirements: In addition to prices for each item listed above, offerors shall provide a technical proposal indicating to what extent their proposed COTS product meets the LAS functional requirements by completing Table 3.3 – Table of Requirements, contained in the FRD LAS (a separate document referencing requirement ID number is acceptable), identify what user rights are provided in the license, identify contents of product package, and describe proposed approach for providing required support services (software support, training, on-site support). The FRD LAS is downloadable at the link provided with this announcement. Prior to contract award, the government may request a demonstration of the proposed software product to verify the product meets the functional requirements as specified in the FRD LAS and claimed in the offeror’s technical proposal. The proposal shall provide costs for each CLIN/SLIN identified above. The proposal shall also include references that the Government may contact regarding past performance. The FRD LAS document will NOT be incorporated into the resultant contract. The successful offeror’s proposal WILL be incorporated into the resultant contract. A minimum of three customer references (government customers preferred), with current phone numbers and addresses is requested to be provided. Offerors are encouraged to provide tailored responses designed to provide understanding of proposed product and how it meets the requirements of the FRD LAS. Offerors are discouraged from submitting previously produced “marketing” materials or brochures. Offerors are advised that funds for this acquisition, though budgeted, have not been formally committed to date. Award Criteria. The government will award a contract resulting from this RFP to the responsible offeror whose offer conforming to this notice represents the best value to the Government, price and other factors considered. A firm fixed price contract will be awarded. The following best value factors shall be used, in order of importance for evaluating offers: 1) technical, 2) price, and 3) past performance. The failure of an offeror to provide information sufficient to determine conformance with the solicitation or evaluation factors may result in the offeror being ineligible for award. Use of Non-Governmental Proposal Evaluators: Prospective offerors are hereby advised that the Government may use non-government participants in the source selection process and that these participants will have access to your proposal. Specifically, personnel of The MITRE Corporation of McLean, VA, and Computer Sciences Corporation of Falls Church, VA, may be participating in the evaluations. The Government will ensure that all non-governmental personnel used in this capacity have signed certificates of non-disclosure and financial interest, or an equivalent document. The contracts held by The MITRE Corporation and Computer Sciences Corporation, both include the Organizational Conflict of Interest (Services) clause, NAVAIR 5252.209-9510 or equivalent. Submission of an offer shall constitute consent to the disclosure of proprietary information to the applicable non-governmental participants in the source selection. Unless an objection to the use of the non-governmental personnel described above is received by this activity, consent is given by the submittal of your proposal. Proposals that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. Proposals submitted should be valid for a period of at least 60 days. A firm-fixed price contract will be awarded using Simplified Acquisition Procedures. The FRD LAS document may be downloaded at: http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?RND=402082 The following provisions and clauses apply: 52.204-3; 52.204-6; 52.213-4 {incorporating 52.222-19; 52.222-20; 52.222-35; 52.222-36; 5 2.222-37; 252.225-7001; 52.232-33; 252.204-7004; 52.209-6; 52.211-5; 52.211-14(DO); 52.211-15; 52.211-17; 52.214-35;52.219-6; 52.243-1; 52.247-34}; To be eligible for award the successful offeror must be properly registered in the Government's Central Contractor Registration (CCR). Companies may register at: http://www.ccr.gov/ Parties responding to the Request for Proposal may submit their proposal in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.) but must include the following: (1) complete mailing/remittance address(es); (2) prompt payment discount (if applicable); (3) delivery schedule; (4) valid Tax Identification number (TIN); (5) valid Commercial and Government Entity number (CAGE); (6) valid Data Universal Numbering System number (DUNS); All responses must be received by 12 January 2006, 3:00 PM EST, and shall reference the RFP number N61339-06-R-0021. If the solicitation is amended, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this quote may be sent to the PCO, Alan Wright by fax (407) 380-4164, or by email alan.wright@navy.mil ; or by mail to NAVAIR-Orlando Training Systems Division, Code 25333, 12350 Research Pkwy. Orlando, FL 32826-3275. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-DEC-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-06-R-0021/listing.html)
 
Place of Performance
Address: Two ship/to addresses, see announcement
Zip Code: 32509
Country: USA
 
Record
SN00953462-F 20051217/051215215032 (fbodaily.com)
 
Source
FedBizOpps 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.