Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SPECIAL NOTICE

99 -- SOURCES SOUGHT FOR INSTRUCTIONAL PRODUCTS AND TECHNOLOGIES, PREVIOUSLY POSTED AS TRAINING SYSTEMS SUPPORT

Notice Date
11/21/2007
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
USA-SNOTE-071121-005
 
Archive Date
2/19/2008
 
E-Mail Address
Email your questions to PEO STRI Acquisition Center
(mario.aguirre@us.army.mil)
 
Description
Document Type: SPECIAL NOTICE - Change to 16 NOV Sources Sought Response Date: 1400 hours (EST), 07 Dec 2007. Classification Code: U - Education and Training Services (Training/Curriculum Development) Set-Aside: Small Business -100% NAICS Code: 541519 Estimated Value: $100 M Estimated Level of Effort: Period of Performance: Five years (the number of base and option periods are to be determined) Anticipated Place of Performance: Nationwide Title: Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Instructional Products and Technologies Contract Description: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), is considering the development of a competitive acquisition strategy to provide the necessary personnel, material, equipment, facilities, and services to suppor t the development of training and educational products. The Instructional Products and Technologies contract will be used by the PEO STRI to provide training of our Warfighters at both home station and while deployed in support of the Global War on Terrorism. This will be a 100% Small Business Set-Aside multip le award contract. This contract will establish a refined group of highly qualified contractors capable of rapidly and credibly providing task-specific solutions to Warfighter training requirements allowing PEO STRI to procure a broad range of training sy stems and products. The specific work to be performed will be ordered by issuance of delivery/task orders and/or Performance Specification/Training System Requirements Document (TSRD) for each specific requirement. The delivery/task order award shall be made on a best value or lowest price technically acceptable basis in accordance with Federal Acquisition Regulation (FAR) Part 16 utilizing competition under this contract. Contract Award is scheduled to be awarded in the third quarter of FY08. The follo wing business areas for which the requirements of this effort apply are: a. Courseware and Interactive Multimedia Instruction (IMI) designed, developed and evaluated utilizing accepted Instructional System Design (ISD) standards. b. Training devices designed, developed, tested, and verified, including upgrades to existing systems and associated software. c. Design, installation, and implementation of Automated Electronic Classrooms (AEC). d. Analyses specific to human performance improvement interventions, such as Job Task Analysis and Cost Benefit Analysis. e. Infrastructure support for distributed training and PC-based simulations. The focus of the contract is to ensure rapid, cost effective and streamlined contracting for delivery of high quality training products to meet the immediate needs of the Warfighter. The goal is to minimize pre-award acquisition costs at both the ID/IQC a nd delivery/task order levels for the Government and Industry in order to better bring scarce resources to bear on providing Warfighter solutions. This will provide the PEO and its customers with direct access to a broad array of innovative and creative p otential providers in the areas above. Anticipated IMI based products to be provided under this effort include: a. Services and Products (1) All phases of the Instructional Design Process (2) Job Task Analysis (3) Cost Benefit Analysis Plans (4) Interactive Multimedia Instruction (IMI) (5) Web Based Training (WBT) (6) Instructor Led Training (ILT) (7) Interactive Electronic Technical Manuals (IETMs) (8) Job Aids (9) Electronic Performance Support Systems (EPSS) (10) Real-Time Simulation (11) Intelligent Tutors (12) Tele-training/teleconferencing (13) Automated Electronic Classrooms (AEC) (14) Infrastructure components of distributed training (learning management systems, repositories, registries, etc.) b. Desk Top Trainers to include: (1) Operator and Procedure Trainers (2) Operational Flight and Weapons System Trainers ( 3) Tactical Team Trainers (4) Mission and Tactics Trainers (5) Maintenance Trainers (6) Part Task Trainers c. Organic (Embedded) Trainers Additional Information: The Instructional Products and Technologies contract will be a best value trade off acquisition. This solicitation may require Contractors to respond to a Sample Task that represents placement of a task order under the Instructional Products and Technolog ies contract. The intent is to place orders on an expedited basis, frequently utilizing quick turnaround oral proposals. In performing this contract, the Contractor may receive and generate classified material. The contractor may require access to communications-security information, SCI and Non-SCI Intelligence information, North Atlantic Treaty Organization, and For Offic ial Use Only (FOUO) information. The contractor may be required to have a TOP SECRET facility clearance with SECRET safeguarding capability limited to 2 cubic feet. Additionally, Contractors may be required to will be adhered to TEMPEST requirements und er this contract. Individual Delivery/Task Orders will specify security requirements in each Performance Work Statement. Individual DD Form 254 will be issued for each classified Deliver/Task Order. Some positions/duties may not require a clearance, but all positions/duties requiring access to U.S. Government systems will require a security investigation. In order to determine sufficient participation in this contract, interested contractors should submit a written statement of their capabilities to this office NLT 7 December 2007. Point of Contact: Mario Aguirre, PEO STRI Contract Specialist, Phone 407-384-5412, email: Mario.aguirre@us.army.mil Attachments: A  Response Format B - Instructional Products and Technologies Draft Performance Based Statement of Work Attachment A - RESPONSE FORMAT Cover Sheet  Company Name, Address, Cage Code, and Point of Contract including Phone Number and email Capabilities and experience in providing similar services of this magnitude (Not to exceed three [3] page); Capability to operate in a U.S. Government cost-type contract environment using a DCAA approved cost accounting system, to include fixed, incentive, and award fees (see FAR 16.3) and your companies Small Business status under the NAICS codes listed above ( please also include a designation of Small Business type as applicable, i.e. 8(a), Small Disadvantaged, Women-Owned, HUBZone, Service-Disabled Veteran-Owned). (Not to exceed two [2] pages)
 
Web Link
Link to Questions and Answers and DRAFT SOW
(https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W900KK08R0007)
 
Record
SN01456828-W 20071123/071121223840 (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.