Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

R -- Information Resources Management College/National Defense UniversityeLearning IT Technician Support Services

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DOI - NBC, Ft. Huachuca AZ NBC / Acquisition Services DirectorateSierra Vista BranchP.O. Box 12924 Fort Huachuca AZ 85670
 
ZIP Code
85670
 
Solicitation Number
NBCRFP0912
 
Response Due
9/18/2009
 
Archive Date
9/14/2010
 
Point of Contact
Yvonne L. Moreno Contract Specialist 5205383750 Yvonne_L_Moreno@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: NBCRFP0912Notice Type: Combined Synopsis/Solicitation SYNOPSIS: This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NBCRFP0912 and is issued as a Request for Proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-35.The estimated level of effort for this requirement is for one (1) eLearning IT Technician and is not expected to exceed 2080 hours for each twelve (12) month period. The beginning date of award is anticipated to be 09/29/2009 and for a base period of twelve (12) months and two (2) options years of twelve (12) months each. The North American Industry Classification (NAICS) Code is 541513 - Computer Facilities Management Services and the business size standard is $25.0m per annum. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. BACKGROUND: The Information Resources Management (IRM) College serves as the Department of Defense's (DoD's) principal educational resource for Chief Information Officer (CIO) and his senior staffs. As such, IRM College is responsible for a number of programs associated with Information Assurance (IA) / Information Technology (IT) education. This high level of support for IA educational initiatives requires that IRM College manage a tremendously increased workload to implement programs in an extremely short timeframe. Information Technology expertise is needed to facilitate research in-house, using a variety of methodologies such as modeling and simulation, operational network setting, network laboratory settings, etc. This structure enables IRM College staff and faculty to maintain their skills at a high level of proficiency, and insures that they remain "state-of-the-art." To effectively carry out these responsibilities, contractor support is required. OBJECTIVE: The objective of this procurement is to obtain technical support to staff IRM College e-Learning Solutions Group. The IRM College e-Learning Solutions Group's mission is to provide quality distance learning and experimentation with emerging educational technologies. The group continually adds capability to that end and will serves as the educational technological hub for IRM College classrooms. This contract position will staff the IRM College e-Learning Solutions Group, serve as a support to successfully investigate emerging educational technologies, and serve as the college Webmaster. TECHNICAL SERVICES: In general, the resulting contract will require problem-solving, completing projects and introducing advanced equipment, software and techniques for which new criteria must be developed, or devising solutions to unusual problems or novel requirements for which existing techniques/methods are inadequate. The accomplishment of work primarily affects the operation of computer application, programs and systems at IRM College. The contract also requires the delivery of network systems instructions, architectures, analyses, plans, procedures, strategies, studies & assessments, demonstrations & experiments, automated tools, models, and project management efforts. In providing for the delivery of such items, the contractor shall develop technical and nontechnical analysis and recommendations. In addition the contractor shall: (1) Participate in working groups, meetings and conferences related to the programs monitored by the sponsors effort; (2) Provide support as described in each deliverables and provide detailed reports, minutes, recommendations, or combinations thereof; and (3) Provide briefings and presentation support. The contractor shall conduct original research of new technology for possible integration. The contractor shall conduct coordination with agencies internal and external to National Defense University and throughout the Federal Government. TASK STATEMENTS: The contractor shall conduct research on online educational technologies to advance teaching and learning capabilities at the IRM College. Advance the understanding and application of educational technologies across the faculty and the eLearning Solutions Group. Participate in research on educational technologies and distributed learning. Read and review literature on visualization, distributed learning, and instructional design for the purpose of improving the overall quality of the IRM College. >The contractor shall provide support for faculty and students engaged in distributed learning. Create learning materials and multimedia objects for use in resident and distributed learning programs at IRM College. Provide assistance to faculty by developing skills for creating web-based learning media, and conduct periodic training sessions on course and media creation. >The contractor shall provide support as IRM College webmaster by creating web-based media and services, including initial concept development and final media production.>The contractor shall work with others in the eLearning Solutions Group to develop and implement techniques for assisting and enhancing distance learning throughout all of IRM College.>The contractor shall schedule and assist custom webinars for faculty team.>The contractor shall be able to demonstrate the following requirements:>>Completed academic work with a major in Education, Fine Arts, Psychology (human factors or cognitive science) or Computer Science program.>>Experience with creating distributed learning materials.>>Fluent in both Mac and PC operating systems.>>Familiarity with course development software and hardware tools - Blackboard.>>Organizational skills required in prioritizing ongoing course work for assigned department.>>Currently possesses an interest in eLearning, interface design, or educational media.>>Web design/development skills in Adobe Illustrator/Photoshop (ability to format graphics); HTML/CSS; JavaScript; QuickTime; & Flash.>The contractor shall conduct research on online educational technologies to advance teaching and learning capabilities at the IRM College. >The contractor shall advance the understanding and application of educational technologies across the faculty and the eLearning Solutions Group.>Research Emerging Education Technologies:>>Identify promising education technologies to incorporate in College,>>Review tools and make recommendations,>>Organize faculty demos of education technologies,>>Determine functional education technology needs,>>Integrate the solution into the IRM College environment.>Provide technology support back-up for eLearning solutions. PLACE(S) OF PERFORMANCE: The primary place of performance for this effort is at the Ft McNair in NDU Buildings and spaces. Primary location: National Defense University, Information Resources Management College, Fort McNair, DC 20319-5066 PERIOD OF PERFORMANCE: The beginning date of award is anticipated to be 09/29/2009 and for a base period of twelve (12) months and two (2) options years of twelve (12) months each. TRAVEL: Travel is not a proposed item, the Government will provide a specified amount on the contract and the contractor is responsible for providing documentation on a cost-reimbursable basis. 1 IRM offsite trip may be required annually. All travel is expected to be within DoD per diem limits, per the Federal Acquisition and Joint Travel Regulations. TYPE OF CONTRACT: The will be a Firm Fixed Price Contract for on one (1) base period of twelve (12) months and two (2) options years of twelve (12) months each. HOURS OF OPERATION: The contractor shall work a 40-hour week. The NDU core hours are 0730-1630 (1 hour lunch) when in the local area. The schedule of class or exercises may vary depending upon the weekly training schedule. The contractor is responsible for providing services Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. The Contractor shall keep in mind that the stability and continuity of the work force are essential. BUILDING AND COMPUTER ACCESS: All Contractor personnel assigned to this effort shall possess the appropriate paperwork for unescorted access to all Government facilities wherein the work required by this effort is to be performed. All Contractor personnel assigned to this effort providing full-time on-site support shall have and maintain proper clearances and necessary paperwork to maintain access to the required Government facilities. OTHER PERFORMANCE REQUIREMENTS Physical Security or Security Requirements: The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of normal duty hours and/or after normal duty hours, all government facilities, equipment and materials shall be secured. Security Clearances: All contractor personnel shall possess or be able to obtain at a minimum a Secret Clearance with eligibility based on a Single Scope Background Investigation (SSBI) and the ability to obtain a Security Plus certified iaw DoD Directive 8570.01 Key Controls: The contractor shall establish and implement methods of making sure all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. The contractor shall immediately report to the Contracting Officer Technical Representative (COTR) any occurrences of lost or duplicated keys. Network Operations: The Contractor shall establish and implement methods of ensuring that unauthorized access to government data or exfiltration of Government data is not permitted. In the event of an of an unauthorized access or exfiltration of government data the Contractor shall immediately report the event to the Contracting Officer Representative or Project Manager and also take action to prevent further disclosure or exfiltration. Privacy Act: This project may require personnel to have access to Privacy Information. When this occurs, personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All contractor personnel will be required to obtain and wear badges in the performance of this service. Physical Demands: The work may require some physical exertion such as long periods of standing, walking over rough or uneven surfaces, recurring bending, crouching, stooping, stretching, reaching, and recurring lifting of moderately heavy (no more than 50 pounds) items. Work Environment: Although most work is performed in a standard office setting, classroom, laboratory, and network/server room, some work is performed in unusual office areas including above ceilings, in wall cavities, crawl spaces and around hazardous devices involving electrical circuits, power panels, telephone circuits and data circuits that present some danger to the individual. The observance of normal safety practices with office equipment is required. GOVERNMENT FURNISHED PROPERTY (GFP): Contractor will be provided GFP to accomplish any tasks performed on-site. DELIVERABLES: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success and must contain no more than 4 substantive errors. 1. Monthly Integration Status Reports 10 business days after the last day of each month. 100% Inspection2. Contractor shall create learning material, multimedia object, and conduct training sessions on course and media creation quarterly - NLT the 5th business day of the following quarter. Random Sampling3. Contractor shall develop and implement techniques for assisting and enhancing learning quarterly - NLT the 10th business day of the following quarter. Random Sampling4. Contractor shall develop plans for deployment, integration and training enhanced learning technology as required and NLT the 10th business day after requested for small projects and the 20th business day after requested for large projects. 100% Inspection5. Contractor shall provide technical reviews and evaluations of technology for assisting and enhancing learning. Identify in writing results, suggested improvements, and ways to provide greater effectiveness and economy of services monthly, 5 business days after the last day of each month. Random Sampling6. Contractor shall work closely with IRM College faculty and students to ensure both are engaged in enhanced learning and provide feedback weekly, 1 business days of each week. Random Sampling7. Contractor shall conduct research and identify suggested cutting edge enhanced learning or DoD specific technologies for possible implementation. The contractor shall deploy approved technologies bi-Monthly, 5th business days after the last day of every other month. 100% Inspection8. Contractor shall provide on-demand activities update (verbally) as requested. Random Sampling.9. Contractor shall develop and provide suggested inputs to the IT financial forecast (SPENDPLAN) annually (NLT the 1st business day in the August). 100% Inspection All documentation will be delivered to the government in MS Word, Excel, PowerPoint, or Project 2000 unless otherwise specified. In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be delivered or submitted to the COTR (see para 14.0), unless otherwise agreed upon. Unless otherwise specified, the Government will have a maximum of fifteen (15) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will have a maximum of five (5) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. All days identified below are intended to be workdays unless otherwise specified. KEY PERSONNEL STATEMENT: Resumes are required to be submitted to the COR for every employees assigned to perform under this statement of work. The resume shall contain documented experience directly applicable to the functions to be performed and have name either removed or blacked out to avoid any conflict of interest. Further, these prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned.. Relative Importance of Evaluation Factors. Technical factors when combined are significantly more important than price. PROPOSAL PREPARATION:a.Offeror must include resumes with the technical proposal for this position.b.Proposal Preparation: Proposals shall conform to the instructions in this section. Proposals shall be submitted in two separate volumes.Volume 1 shall be the Experience and Past Performance VolumeVolume II shall be the Cost Volume The Experience (Management & Technical) and Past Performance Volume shall not exceed 15 pages. (A page is defined as one side of a sheet of paper, not the 2-sided sheet of paper itself. All pages shall be 8 by 11 inches. Do not use foldouts. Typeset shall be Times New Roman 12 pitch (or similar) and the number of (single-spaced) lines per page shall not exceed 55.) Volume I - Quality and Past Performance Volume shall provide information in the following sections and not exceed 15 pages total: Executive summary. Provide an executive level summary of the Experience and Past Performance Volume. (Max 2 pages)Experience:Quality - Management. Provide an overview of corporate technical capabilities and experience in providing support to government for tasking similar to the 8 task statements below (para 4g). (Max 4 pages) Quality - Technical. Provide concise two-page resumes of potential fills. The potential fill shall possess the experience/ability to architect, manage, integrate and implement new technologies to support the IRM College mission. (Max 3 pages)Past Performance:The offerors shall submit three relevant references for similar work to the representative task statements performed within the last six years. The offeror shall submit the following information for each reference they submit for past performance. Each reference shall not exceed two pages. (Max 6 pages)Contract Number; Contracting Organization; Name of Contracting Officer or Program Manager; Telephone number of reference; E-mail address of reference; Dollar Value of contract; Period of performance; Contract type; Support provided under referenced contract. Volume II - Cost Volume1.Evaluation Factors for Award:a.Overall Evaluation: Unless all offerors are rejected, award shall be made to that responsible offeror who offer, conforming to the solicitation, is determined to be the best overall response - cost/price and other factors considered. Non-cost factors collectively are significantly more important than cost or price. Therefore, the Government may select other than the lowest cost, acceptable offer if it is determined that the additional cost provides greater value to the government in relation to other acceptable offers. However, the government will not make an award at a significantly higher overall cost to achieve only slightly superior capability.b. Go/No-Go Criteria: Clearance All contractor personnel shall possess or be able to obtain at a minimum a Secret Clearance with eligibility based on a Single Scope Background Investigation (SSBI) and the ability to obtain a Security Plus certified iaw DoD Directive 8570.01. c. Evaluation Factors: In determining the best overall response, the following non-cost evaluation factors, listed in descending order of importance, will be considered (1) Quality: Management and Technical and (2) Past performance. d. Non-cost evaluation factors: These are defined as follows: Area 1: ExperienceFactor 1: Quality: ManagementThe offeror's proposal will be evaluated with regard to the relationship to the proposed technical approach to accomplish all PWS tasks and deliverables, its completeness and their adherence to required timeframes: The offeror's proposed Quality Control Program will be evaluated to determine its appropriateness and completeness in meeting the technical requirements as identified above. Factor 2: Quality: TechnicalThe offeror shall clearly a high level of skill and understanding of enhanced learning technology to include: HTML, Flash, 3D Design, JavaScript, QuickTime, Adobe Creative Suite Applications, virtual world platforms, e-portfolio, learning and content management systems, display technologies and social media tools. Offeror should have proven record of project leadership and management, excellent spoken and written acumen, possess a high degree of self-motivation, understand open-ended tasks and projects and thrive in a fast-paced goal-oriented working environment. Area 2: Past PerformanceThe offeror shall provide evidence (past Performance) of three relevant contracts performed within the last six years that are similar service to the required tasks. Service is defined as performing similar tasks as described below. Past performance is a measure of the degree to which an offeror has kept its previous contractual promises and thus satisfied its customers. Offerors are to note that in conducting this evaluation, the government reserves the right to use both data provided by the offeror and data obtained from other sources. The evaluation methodology will be followed for each of the offeror's submission unless the submission either lacks relevant performance history or is unavailable, in which case a number rating of "N/A", which is neutral, will be assigned. Cost Evaluation:Proposed costs/price will be evaluated but not scored. The cost evaluation will determine whether each offeror's proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. No advantage will accrue to an offeror who submits an unrealistically low proposal. Estimate cost of service to be performed by each of defined labor categories, with detailed number of personnel, unit of measurement, number of units and cost of each unit is provided below: IRMC(Period of Performance for each year) Cost ItemCLIN #QuantityUnitsUnit CostSub-TotalEducational Innovation Support0001A2080Hours$ 0.00$ 00.00Travel0002AUndefinedCost.00IRMC Total:$.00 Overall Base Year Estimate: $00.00 Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. All full text versions of FAR clauses are available at http://www.arnet.gov/far. The Awardee must include a completed copy of the following provisions once award is announced: 1. FAR Clause 52.212-1 Instructions to Offerors Commercial 2. FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3. FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4. FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; 5. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by September 09, 2009 at 5:00 p.m., Eastern Standard Time. Quotes must reference Solicitation number NBCRFP0912. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to Yvonne Moreno by email at Yvonne_L_Moreno@nbc.gov. NO PHONE CALLS OR FAXES. Contracting Office Address: DOI/NBC; Acquisition Services Directorate; Sierra Vista BranchPO Box 12924; Fort Huachuca, AZ 85670-2924 Primary Point of Contact: Yvonne Moreno at Yvonne_L_Moreno@nbc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25e2b59fdaf96c7d480f85d3d3729282)
 
Place of Performance
Address: National Defense UniversityInformation Resources Management College300 5th Ave SWFort McNair, DC 20319-5066
Zip Code: 203195066
 
Record
SN01954163-W 20090916/090915001550-25e2b59fdaf96c7d480f85d3d3729282 (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.