Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

U -- MyBase (Prototype) 3D Virtual Learning Environment

Notice Date
4/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-RFI001
 
Response Due
5/15/2008 3:00:00 PM
 
Point of Contact
Marcelo M Buckley,, Phone: 210 652-4253
 
E-Mail Address
marcelo.buckley@randolph.af.mil
 
Description
HOT*** Change response date to 3:00 pm (CST) on Thursday, 15 May 2008 ***HOT Air Education & Training Command Request for Information (RFI) TITLE: MyBase (Prototype) 3D Virtual Learning Environment DESCRIPTION OF SERVICES: The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide two AETC courses of instruction using real-time interactive avatars and streaming audio/video presented in an online 3D virtual learning environment known as MyBase (Prototype). The proof-of-concept environment shall be operational 24/7. The courses will provide sufficient learning fidelity and depth to result in the same level of certification and course completion currently available through existing conventional classroom presentations. Learners will access the MyBase (Prototype) environment either through an avatar in their likeness or via live real-time audio/video events. This RFI is issued for informational and planning purposes only. The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Please note that the Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. 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. At this time, a tentative solicitation issue date is planned for later this year; however, this date is subject to change. It is expected that the Government will award only one fixed priced contract following a source selection conducted in accordance with 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, Marcelo M. Buckley, will post all information regarding this solicitation as soon as it becomes available. Request interested contractors submit a synopsis of your capability package to include the following information: (1)Company name, address, point of contact and their telephone number and e-mail address; (2)Approximate annual gross revenue; (3)Any small business status (8(a), HUB Zone, 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 a large service contract such as this (7)If you indicated your role 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 or government contracts you have performed for similar combined services [if applicable], (10)Indicate which NAICS code(s) your company usually performs under for government contracts. The page limit for the capability package is 2 pages/12 pitch Times New Roman. Request interested contractors submit suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract based on the requirements described below and in the Draft Statement of Work (SOW) for MyBase (Prototype) 3D Virtual Learning Environment, reference Attachment 1. The Draft SOW describes the MyBase (Prototype) environment and related requirements. To assist the Government in reviewing each response, please provide your suggestions based on the MyBase (Prototype) Draft SOW sections and numbering. The page limit for the suggestions package is 10 pages/12 pitch Times New Roman. Request interested contractors submit answers to the Questionnaire, reference Attachment 2. The Questionnaire seeks information from perspective bidders regarding experience with building and managing real-time interactive virtual environments, virtual environment software products/capabilities, and overall knowledge of learning management systems interfaced with the virtual environment. The page limit for this portion of your response is 5 pages/12 pitch Times New Roman. CONTRACTORS MUST EMAIL ALL CAPABILITY PACKAGES, QUESTIONNAIRES, AND SUGGESTIONS TO marcelo.buckley@randolph.af.mil REFERENCE TITLE AND DOCUMENT NUMBER FA3002-08-rfi001. The Government will post any additional information or updates at www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. REQUIREMENT: The following description is a summary of the required products and services and is not intended to be all-inclusive. The requirement is to demonstrate a prototype of the online 24/7 3D virtual learning environment described in the Draft MyBase (Prototype) SOW attached to this RFI. The MyBase (Prototype) requirement supports efforts by AETC to establish and resource the MyBaseVirtual Air Force Base (vAFB) recommended in the white paper entitled On Learning: The Future of Air Force Education and Training, reference Attachment 3. The demonstration will be a proof-of-concept study that includes the delivery of two existing AETC courses converted into the MyBase (Prototype) environment. Learners, instructors and visitors will participate in the MyBase (Prototype) environment either as an avatar in their likeness or via a live real-time audio/video event. 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. SEE ATTACHED THREE (3) ATTACHMENTS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9bc3814709e8dfb956d4f64518afcaa4&tab=core&_cview=1)
 
Place of Performance
Address: Keesler AFB, MS., Keesler AFB, Mississippi, 70765, United States
Zip Code: 70765
 
Record
SN01558327-W 20080423/080421215909-9bc3814709e8dfb956d4f64518afcaa4 (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.