Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOURCES SOUGHT

D -- Learning Content Management System Software

Notice Date
5/18/2006
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Reference-Number-F3PF1A6136A100
 
Response Due
6/5/2006
 
Description
The Air Education and Training Command (AETC) Contracting Squadron is seeking sources capable of providing commercial, web-based Learning Content Management System software to one geographically separated installation. This RFI is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain catalog price publications, and to locate support experience. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is Jul 2006; however this date is subject to change. The Government will award one contract. A firm fixed price type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Mr Myles Rellstab, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company name, address, point of contact, their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance such a contract as this (7) If you indicated your roll will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable, (10) Indicate which NAICS code(s) your company usually performs under for government contracts and (11) please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to HQ AETC]. The planned NAICS (North American Industry Classification System) code is 561210 and the FSC (Facilities Support Services) code is 8744, with the applicable small business size standard of $30 million in annual gross receipts. Requirement: (Note: The description herein is a summary of the required product and services and is not intended to be all-inclusive). Overview: AETC Advanced Distributed Learning System (ADLS) is a modified COTS Learning Management System (LMS) providing online learning. The Government seeks to provide web-based instructional content developers a central site. The vendor shall provide a web-based COTS LCMS that provides: - Content Development -- content development work flow management -- content development configuration control -- SME review capture and tracking -- fully supports SCORM 1.2 and 2004 - Provides Learning Content Repository capabilities - Supports contributing to DoD ADL-Registry and CORDRA metadata initiative (see for http://www.adlnet.gov for information) The vendor shall address all necessary actions, including testing, maintenance, and coordination with government personnel. Acquisition Requirements: 1) Deploy on servers in the .mil domain 2) The vendor shall configure and install on Oracle 10g 3) The vendor shall propose modification / consulting CLINs 4) Approximate use-case for Developers: # of admins 30 # of CPUs 2 # of Named users 200 # of concurrent users 50 # of total users 200 # of active accounts 200 5) Number of external Repository users must be unlimited. 6) Automate the export of appropriate data to the DoD ADL-Registry. System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your product and service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), business size (i.e., small business, large business, small disadvantaged business, etc.), and any catalog price publications available (including annual maintenance and additional services). Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Gwen Mayhue, Contract Specialist , Phone 210-652-4259, Email gwen.mayhue@randolph.af.miland Myles Rellstab, Contracting Officer, Phone 210-652-6388, Email myles.rellstab@randolph.af.mil . Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Place of Performance, United States of America: DISA Montgomery AL Request responses shall be provided no later than 3:00 pm on June 05, 2006. An electronic response, preferably e-mail is the accepted method.
 
Place of Performance
Address: DISA Montgomery AL
Country: USA
 
Record
SN01052938-W 20060520/060519134130 (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.