Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

70 -- Learning Management System (LMS) - LMS RFQ& SOW

Notice Date
11/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOSCO0RC011
 
Archive Date
12/19/2009
 
Point of Contact
Stephanie Smith, Phone: 614-693-5574, Alan K. Luich, Phone: 614-693-8991
 
E-Mail Address
stephanie.smith@dfas.mil, alan.luich@dfas.mil
(stephanie.smith@dfas.mil, alan.luich@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
LMS RFQ & SOW Request for Quote (RFQ) Title of Requirement: Learning Management System (LMS) Issue Date: November 23, 2009 Issued by: Point of Contact: Stephanie Smith DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 693-5574 Facsimile Number: (614) 693-5674 Email Address: stephanie.smith@dfas.mil Alternate: Alan Luich Email Address: alan.luich@dfas.mil Telephone Number: (614) 693-8991 Furnish quotes to this POC on or before the closing time/date of 1:00 p.m. EST on December 4, 2009. Facsimile and e-mail quotes are acceptable and preferred. The contract type is: Firm Fixed Price 1. Description/Intent of Work to be performed: The intent of the Agency is to purchase a Learning Management System (LMS) based on the attached statement of work. The Government intends to award a single firm fixed price order/contract. 2. Shipping address and place of LMS installation: DPAS SW Upgrade Project #2009090901 7879 Wardleigh Rd Bldg. 891 DISA/DECC Ogden Hill Air Force Base, UT 84056 3. Anticipated Period of Performance or Delivery Schedule: Period of performance will be 1 year after receipt of the system. Contract also include four one year option periods. 4. List any applicable standards: See the statement of work (SOW). 5. List any Acceptance Criteria: See SOW. 6. Basis for Selection & Instructions For Quotes: 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. The factors used to evaluate offers will be technical capability, past performance and price. (a) Technical Capability – Each quote shall contain information related to its proposed LMS system capability and performance specifically demonstrating the system’s ability to best meet the Government’s needs as described in the SOW, particularly the requirements identified in section C.1.1.1, C.3.0 and C.3.1. The Government will evaluate the system using the information provided by the offeror. See section C.3.0 of the SOW for complete instructions in responding to the technical capability evaluation factor. Failure to submit adequate information may remove a quote from consideration. (b) Past Performance – Each quote shall identify federal Government, other Government, and/or non-Government contracts that have been awarded to the company for the same or similar (scope as defined in the SOW) type work within the last five years. Past performance, in terms of both similarity and quality of performance shall be used as a factor for selection. It is the quoter’s responsibility to describe the similarity and relevance to that of the DFAS requirement. The Government may consider customer surveys and other sources of past performance information. Included in the quote shall be, as a minimum: 1. Contracts: The contract number, the awarding office, the contracting officer and telephone number, the contract administration office if different than that of the awarding office, and the Contracting Officer’s Representative (COR) or Contracting Officer’s Technical Representative (COTR), if applicable, or customer technical representative. It is the quoter’s responsibility to describe the similarity and relevance to that of the DFAS requirement. Complete the following table for each contract listed: Past Performance for Contracts 1.Contract Number2.Awarding Office 3.Contracting Officer4.Contracting Officer Phone Number 5. Contract Admin Office (if different than awarding office)6.Representative (COR, COTR, or customer technical representative) Also, describe the similarity and relevance to that of the DFAS requirement. 2. Other than Government contracts: Program manager and or sponsor and telephone number, agency or company name, location, type of work performed and duration of the relationship with the client. It is the quoter’s responsibility to describe the similarity and relevance to that of the DFAS requirement. The Government may also contact previous customers not identified in the contractor’s quote for past performance information as well. Complete the following table for each non Government project listed: Past Performance for Non Government Contracts 1.Program Manager or Sponsor2.Program Manager or Sponsor Telephone Number 3.Agency or Company Name4.Agency or Company Location 5. Type of work performed6.Duration of relationship with the client Also, describe the similarity and relevance to that of the DFAS requirement. 3. Background Information - The vendor shall provide the following background information. Please complete the table provided (NOTE: This information is for reference only and will not be used for evaluation purposes): Contact Information 1. List the primary contact information for those responsible for responding to this RFP 2. Corporate Headquarters address Company History 3. Year Founded4. Founder 5.Year your company first began to offer LMS products and services General Company Information 6.List the total number of employees in your company 7.List the total number of clients who are presently utilizing the current version of the LMS/LCMS product you are proposing (include contact information for some of these clients in your Past Performance response) General support information 8.What is the current version of the proposed product and when is the next product upgrade scheduled for the proposed product? 9.Describe the typical update frequency for this product (annually, bi-annually, monthly) 10.State specifically how long the proposed product is expected to be supported. How long is the specific proposed version expected to be supported? What is the roadmap for this product? Failure to provide past performance information or an explanation for the lack of past performance information will result in a neutral rating for past performance, which may be less favorable than one with a high rating in past performance. (c) Price – This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of the following proposed Contract Line Item Numbers (CLINs): CLINsItemsPeriod of PerformanceUnit PriceTotal 0001Learning Management System (LMS) Application Price: Capability: 7000 Users 12 Months 0002Learning Management System (LMS) Functional & Technical User Manuals10 days after award see SOW C.3.2 0003Learning Management System (LMS) Training Price: 10 Users - one time charge15 days after award see SOW C.3.3 0004Technical Support ServicesAcceptance Period see SOW 3.4 0005Base Year Maint. 7000 User Licenses (If Priced separately, otherwise, mark N/A included in price for CLIN 0001) 12 Months see SOW C.3.5 00061st Option Year Maint. 7000 User Licenses12 Months see SOW 3.6 00072nd Option Year Maint. 7000 User Licenses12 Months see SOW 3.6 00083rd Option Year Maint. 7000 User Licenses12 Months see SOW 3.6 00094th Option Year Maint. 7000 User Licenses12 Months see SOW 3.6 Grand TotalN/AN/AN/A Pricing provided shall be all-inclusive. If other costs are associated with the LMS but do not fit anywhere within the 0001 through 0009 CLIN structure, you must incorporate as an additional CLIN(s). The contract shall be awarded based on the best value to the government, using the total proposed price as a consideration. All non-price factors combined are considered significantly more important than price. The Government will select the offeror which represents the best value on the basis of the factors described above. Excessively high priced base years may also be considered less favorable in the overall best value decision. (d) Options – The Government will evaluate quotes for award purposes by adding the total price for all CLINs above, including options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. The Defense Priorities and Allocations System (DPAS) apply and the assigned rating for this requirement is DOC9. Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The Government intends to include the following DFAS, FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses may be accessed in full text under attachment titled dfas clauses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-37, Effective 13 November 2009 FAR 52.212-1 INSTUCTION TO OFFERORS-COMMERCIAL (JUNE 2008) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) FAR 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS (JUNE 2008) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (FEB 2007) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OF EXECUTIVE ORDER COMMERCIAL ITEMS (AUG 2007) DEVIATION FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPPRESENTATION (JUNE 2007) FAR 52.225-1 BUY AMERICAN ACT--SUPPLIES (FEB 2009) FAR 52.252-2 CLAUSES INCORPORTED BY REFERENCE (FEB 1998) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (MAY 2003) DFAS 52.223-9000 Environmentally Preferable Products (Oct 2007) DFAS 252.232-9000 Wide Area Work Flow (WAWF) Instructions (NOV 2007) DFAS DCG 204.2 Replacement of Paper Document Distribution Electronic Document Access (EDA). INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAS Clause 252.232-9000. Addendum: 52.217-8 – Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days prior to the expiration of the contract. 52.217-9 – Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years and 2 months*. *ESTIMATED. Based on actual award date, duration will be adjusted accordingly. Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference, clause 252.232-7003 applies). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. Other applicable clauses are: DFAS52.232-9000 (WAWF), and DFAS 52.223-9000 (Environmentally Friendly Products). CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov. STATEMENT OF WORK (SOW) Learning Management System (LMS) C.0. GENERAL The objective for this acquisition is to acquire a web based Learning Management System (LMS) or Learning Content Management System (LCMS) to increase training opportunities and improve the knowledge, skills and abilities for the user communities in the Department of Defense (DoD) property management, and to provide a single, common infrastructure to manage learning and training initiatives across the organization. To achieve this goal, LMS or LCMS software is needed to deliver electronic (e-) learning, with a secure login that will allow users access to property management courses, allowing multiple sessions, progress tracking and certification of training skills. The LMS or LCMS shall allow managers to manage, track, and quantify all of the training, continuing education, employee development, certification, and other learning activities for the Defense Property Accountability System (DPAS) and Capital Asset Management System – Military Equipment (CAMS-ME) e-learning programs. C.1. SCOPE: The scope of the contract is to obtain a suitable Learning Management System (LMS) or Learning Content Management System (LCMS) software application with licenses for a minimum of 7000 concurrent users, training, post implementation support and associated documentation. The LMS will be used to support multiple government e-learning programs. The LMS will be installed and maintained by government personnel on a government owned server located at a government site. All maintenance will be performed by government personnel. The vendor will not have access to the hosting hardware. The DPAS government program support office is located at the Defense Finance and Accounting Service (DFAS) offices in Columbus, Ohio. The server location is in Ogdon, Utah. Any correspondence or shipment of product pertaining to software files or installation packages should be addressed to: DPAS SW Upgrade Project #2009090901 7879 Wardleigh Rd Bldg 891 DISA/DECC Ogden Hill Air Force Base, UT 84056 C.1.1 Terminology: C.1.1.1 The system – A Learning Management System (LMS) or Learning Content Management System (LCMS) that can be installed on a government server, by government employed system administrators. Administration, management, branding and configuration of the LMS or LCMS must be able to be performed by DFAS staff (once trained) without the assistance of the offering company and without further cost to the Government. No special code compilations by the vendor or vendor only configuration processes should be required in order for the DFAS staff to install and implement the software product. C.1.1.2 LMS - A learning management system (LMS) is a Web-based technology used to plan, implement, and assess a specific learning process. A learning management system provides an instructor with a way to create and deliver content, monitor student participation, and assess student performance. A learning management system may also provide students with the ability to use interactive features such as threaded discussions, video conferencing, and discussion forums. The Advanced Distance Learning group, sponsored by the United States Department of Defense, has created a set of specifications called Shareable Content Object Reference Model (SCORM) to encourage the standardization of learning management systems. C.1.1.3 LCMS - A Learning Content Management System (LCMS) is a multi-user Web-based technology where learning developers may create, store, reuse, manage, and deliver digital learning content from a central object repository. LCMS products allow users to create and reuse digital learning content/assets. An LCMS manages the process of creating, storing and delivering learning content. Some components of an LCMS are: an authoring application (editors), a learning object repository, a dynamic delivery interface, and administration tools. C.1.1.4 Shareable Content Object Reference Model (SCORM) - is an XML-based framework used to define and access information about learning objects so they can be easily shared among different learning management systems (LMSs). SCORM was developed in response to a United States Department of Defense (DoD) initiative to promote standardization in e-learning. The SCORM specifications, which are distributed through the Advanced Distributed Learning (ADL) Initiative Network, define an XML-based means of representing course structures, an application programming interface (API), a content-to-LMS data model, a content launch specification, and a specification for metadata records for all components of a system. C.1.1.5 Student – A student is an end-user of “the system" that is enrolled in online classes. A learner following a course of study in the LMS. C.1.1.6 Curriculum - The Top level of a course of study. Composed of Courses. The set of courses, coursework, and their content that meets the requirements for successful completion of training assignments. C.1.1.7 Course - Composed of Lessons. Education imparted in a series of lessons that meets the requirements for successful certification in the information presented. C.1.1.8 Lesson - Composed of SCO's or Modules. A unit of instruction completely covering a discrete topic. C.1.1.9 Sharable Content Object (SCO) - Composed of Objects. A standardized learning object that can communicate to learning management and content management systems. The smallest standalone piece of learning. C.1.1.10 Module - synonymous with SCO. Composed of Objects. A learning object that can communicate to learning management and content management systems. The smallest standalone piece of learning. C.1.1.11 Objects – Are learning resources. The smallest components of a SCO or Module that teach through text or images. They may be web pages, graphics, video, documents, slide shows, spreadsheets, quizzes or assessments. Some typical file types associated with these objects are: (html, doc, pdf, xls, ppt, swf, wav, gif, jpg, png). C.1.1.12 Look and Feel - The user interface of "the system". The look refers to how logos, graphics, menus and other elements are laid out on the page. The feel refers to the interactions: the way menus are organized and the way functions are selected and performed (the "method of operation"). The ability to apply the DPAS identity, (our own "Look and Feel") a unique name, color scheme, text presentation and images for our product by creating a consistent theme. C.1.1.13 Branding - synonymous with "Look and Feel" Applying the DPAS identity, (our own "Look and Feel"), a unique name, color scheme, text presentation, layout, logos, images and graphics for our product creating a consistent theme. C.1.2. BACKGROUND: The DPAS/CAMS-ME systems are currently utilizing an Angel LMS to provide e-learning for approximately 4500 students. It is operated on a single dual-core 2.2 gigahertz processor with 4 gigabytes of memory and requires less than 100 gigabytes of disk space. Current backups are taken manually. DPAS currently has approximately 92 shared content objects (SCOs) spread across 10 lessons within 30 courses. CAMS-ME currently has six lessons within one course. Courses, lessons and SCOs are added as needed to both systems. Both systems have a separate look and feel (branding) and students are separated by curriculum, courses and lessons. Student access, based on job requirements, is provided through these categories. Student information including progress and competencies is maintained by the LMS. The current LMS is Section 508 and Sharable Content Object Reference Model (SCORM) 1.3 compliant. The typical DPAS course is composed of single or multiple “lessons”. These “lessons” are made up of one to many Shareable Content Objects (SCO’s). These SCO’s are built from Hypertext Markup Language (HTML) pages, video files such as Flash, document files such as Portable Document Format (.pdf) and Microsoft Word (.doc) files and image files such as Graphical Interchange Format File (.gif), Portable Network Graphic (.png) and Joint Photographic Experts Group (.jpg). C.2.0. APPLICABLE DOCUMENTS: C.2.1. Public law Section 508 1194.21, DoD Instruction (DoDI) 8500.2, Information Assurance Implémentation C.3.0. REQUIREMENTS/TASKS: The vendor shall provide a web based LMS or LCMS (as defined in section C.1.1 and hereafter known as “the system”) with licenses for 7,000 users. Your response should be organized according to the requirements table that follows in C.3.1. Please address all items completely. If a requested feature is available now within your system, please mark Yes and respond with a succinct, yet comprehensive description of the feature. Include any screen images to illustrate features or clarify the methodology used by the system to meet the requirements. If the requested feature is not available in the proposed system, please clearly respond with “No” and type “Feature not available” in the comments section. DFAS will determine the offering that best meets these requirements based on the degree to which DFAS feels the offered system meets these requirements. Provide a detailed description of how “the system” meets each requirement, along with supporting screen images whenever possible. Failure to provide sufficient detail to allow DFAS to make this determination will result in a lower rating in the DFAS determination of how the system meets the DFAS requirements. Any functionality offered as an illustration of how the offered system meets the requirements MUST BE INCLUDED in the price quoted in CLIN 0001. If this functionality is not included in the base system, line item costing of optional “tools” must be separately identified and included in CLIN 0001, as the firm fixed-price for each quote shall be evaluated as all-inclusive. DFAS does not anticipate any additional follow-on support services from the LMS vendor. DFAS has no intent to consider a system that requires customization by the vendor or vendor assistance in the customization of the system. It is imperative that the system be ready as-is and delivered within ten (10) days after award. DFAS will not consider any system that requires vendor changes to program code in order to modify the screen appearance as viewed by the end student. The branding of the system must be able to be accomplished by the DFAS staff after vendor training. Non-responsive or non-descriptive answers will indicate a lack of support for that requirement and the applicable LMS will be rated less favorably, accordingly. The first seven (7) requirements of C.3.1 are identified as “absolutes”. Failure to clearly demonstrate the ability to meet any of these requirements will result in the offeror being removed from consideration for award. The remaining requirements are listed in priority order. The requirement with the highest priority is listed first. These requirements are weighted based on this priority order. C.3.1. REQUIREMENTS/TASK TABLE: IDRequirementYes / NoVendor Response Absolute Requirements 1.All of”the system” communications must take place over port 443 and at a minimum employ Transport Layer Security (TLS) version 1.0. Any operation accessible only to administrative staff that can be operated external of “the system” (such as reporting via a separate reporting tool) may operate outside these parameters. 2.“The system” must be a Section 508 compliant LMS adhering to the Public Law 106-246, Rehabilitation Act Amendments of 1998 (29 U.S.C. 794(d)), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194). 3.“The system” must operate on Windows Server 2003 or newer version operating system. 4.“The system” must store data using Microsoft SQL Server 2005 or newer version. Access to the database by “the system” will be accomplished using the “Windows Authentication” option and not a user id and password embedded in the database. 5. “The system” must support content designed for SCORM 1.3 (SCORM 2004) compliancy. 6.“The system” must operate on a single dual-core 2.2 gigahertz processor with 4 gigabytes of memory and should require less than 100 gigabytes of disk space. The database supporting “the system” must operate on a separate server of equal configuration of “the system”. 7.“The system” must operate under the control of Microsoft web server software “Internet Information Server” (IIS) version 6 or newer. “The system” shall operate without the use of shared folders on the web server. Requirements in order of priority 8.“The system” shall provide user access through use of a typical “user id” and “password” combination AND one of the following: 1) Permit secure user login and authentication using X.509 Client Certificates (DoD PKI), public key infrastructure standards and protocols. If X.509 certificates are supported, please discuss the support method and any external tools or technology required to implement these certificates. Supporting Documentation:http://iase.disa.mil/pki/faq-pki-pke-may-2004.doc http://www.dtic.mil/whs/directives/corres/rtf/852002x.rtf. 2) A method by which the DFAS staff can implement a “custom authentication” routine coded by the DFAS staff. If this option is identified as one of the two provided options, provide a brief description of the intended implementation. 9.The system shall be delivered to DFAS within ten (10) days after contract award date (per SOW C.4.0 and C.8.0), ready to be installed and implemented by Government personnel. 10.“The system” shall allow for web-based administration of users and content by the DFAS staff through a web based graphical user interface (GUI). (Note: don’t want a client-server based solution) 11.“The system” shall have the ability to support a different look and feel (branding), including, but not limited to; branding graphics, presentation colors, font sizes, colors, foreground, background, column structure, images, logos, menus, tabs, navigation, banners, titles’ and page layout. 12. “The system” shall allow for the different look and feel (branding) to be controlled and changed by the DFAS staff without system changes or modifications and without assistance by the offeror. Examples: DFAS administrator can change the global branding of “the system" by replacing or adding graphics, changing the header, sidebar, and footer colors, changing the background color and adjusting the font size and color without assistance by the offeror. DFAS administrator can change the branding of individual courses by replacing or adding graphics, changing the header, sidebar, and footer colors, changing the background color and adjusting the font size and color without assistance by the offeror. 13.“The system” shall have the ability to separate users by curriculums, groups or catalogs and control the user's access to courses and resources based on these categories. Example: DFAS users (Group A) can only see and enroll in DFAS courses and view DFAS resources. CAMS users (Group B) can only see and enroll in CAMS courses and view CAMS resources. 14.“The system” shall provide authorized DFAS employees access to the system database. This will include access via outside programs written by the DFAS staff and any reporting tools or methods provided as part of “the system”. The offeror will provide the database schema, data dictionary and any documentation concerning any API calls allowing access to “the system” data. Example: A student passes a course by completing a test successfully. The passing score on the test causes a DFAS created program to be spawned that verifies the passing score in "the systems" database and communicates this to another DFAS created application. 15.“The system” itself (not the courseware as written by DFAS) shall provide the ability to hide and reveal course content, system resources and quiz's/quiz questions based on student actions/triggers as they access course material. Hidden content should not be visible to the student until revealed by an action. It should not be accessible by table of contents, search or any other tool provided to the student. Examples of this feature would include: •Exams that are not accessible by the student until completion of predetermined activities. •Links to external URLs that are not accessible by the student until completion of predetermined activities. •Lesson resources that are not accessible by the student until completion of predetermined activities. Please describe how “the system” shall provide this ability 16.“The system” shall provide a common library or repository for quiz and exam questions. Quiz questions are created in or uploaded to this central repository and the updated questions will become active in all quizzes linked to the question. Multiple quizzes will reference a single instance of a question. Example: Course's 1010, 1020, and 1030 all contain quiz One which contains question Two. Changes are made to question Two. The updated question is now visible in quiz one in course's 1010, 1020 and 1030. 17.“The system” shall provide the ability to randomly retrieve quiz/exam questions from the repository through the use of “keywords”. This will allow the DFAS staff to create a pool of questions concerning “Topic A” that can be randomly selected anytime questions for “Topic A” are required. Example: Course's 1010, 1020, and 1030 all contain information about Topic A. The repository contains twenty (20) questions about Topic A with the "keyword" Topic A. The course 1010 has a quiz that randomly selects a set of ten (10) questions from the Topic A question pool to present to the student. Course 1020 has a quiz that randomly selects a set of fifteen (15) questions from Topic A question pool to present to the student. Course 1030 has a quiz that randomly selects a set of five (5) questions from Topic A question pool to present to the student. Each time a quiz containing Topic A questions is invoked a random set of Topic A questions are presented to the student from the pool. 18.“The system” shall provide a quiz/exam creation engine. The engine will provide for the creation and importation of quiz questions and the creation of quizzes. It will have the ability to create questions that: •reside in a common repository grouped by keyword •allow for both positive and negative feedback •are copied from existing questions •scramble the answers to multiple choice questions It will have the ability to create quizzes that: •have the ability to select questions to populate a quiz based on keywords •can be hidden until a student action reveals them •can be locked until a student action unlocks them •can trigger an action based on a student’s successful or unsuccessful completion of the quiz •automatically posts grades to the grade book •retains a history of all a students quiz attempts •provide summary reporting of quiz results by student •provide detail reporting of quiz results by student •provide item analysis of responses by question 19.“The system” shall provide a visible indicator of the student's course completion progress. These indicators should roll up from the lowest course component (SCO/Module) to the highest (Course) and be visible to students, instructors, mentors, and administrators. This visible indicator “widget” should provide a graphical view to the student of his/her progress within each registered course. Example: Within a course, there may be ten course modules. As the student completes each module, there is a visible indication (such as a checkmark or green dot) that clearly identifies completion of the module. 20.The system shall retain student course history. This history will be retained and accessible after courses are retired or removed. 21.“The system” shall provide a print capability for course content at the Course, Lesson, SCO/Module and object level. This capability must be something above the ability to “print screen” available in the browser and allow the student to print parts or all of the course for themselves. 22.“The system” shall provide the ability to expire seat licenses for inactive users. These licenses should become available for re-use by other system users. Course history will always be retained on any expired or inactive users. 23.“The system” shall allow for incremental seat licenses at quantities specified by the government. The Government may need to expand the number of students during the life of the contract. State whether you allow the addition of seat licenses, what increments these can be added to the existing agreement and the cost per seat or the cost per upgrade block. 24.“The system” shall provide a centralized content repository or library for course content. Content is uploaded to this central repository and the updated material will become active in all courses linked to the content. Multiple courses will reference a single instance of a resource. Our typical course structure(Refer to C.1.1 Terminology): Course> - composed of > Lessons - composed of >SCO's/Module's - composed of >Objects/Resources (quizzes,html, doc, pdf, xls, ppt, swf, wav,gif, jpg,png...) Example: Course's 1010, 1020, and 1030 all contain SCO/Module One. Changes are made to SCO/Module One outside the LMS. The updated SCO/Module One is uploaded into the content repository or library in its appropriate location within the master course structure (it only resides in one location - there is no duplication of the SCO/Module). The changes to SCO/Module One are now visible in course's 1010, 1020 and 1030. 25."The system" shall provide E-mail distribution by administrator defined grouping. Example: An administrator may select a group of students to mass E-mail an announcement based on information contained in "the system" (group, curriculum, course, role, agency) using "the systems" E-mail functionality to distribute the mail. This functionality will include the capability to send E-mail to addresses external to the system. 26.“The system” shall provide a keyword search capability for course content at the Course, Lesson, SCO/Module and object level. Example: A student can search for “XYZ” and will get a list of results referencing “XYZ” in courses that student is registered for or (global search), if the student is working in a course, that student will receive a list of results from lessons, SCOs or objects within the course 27.“The system” shall provide unattended, background course backup abilities above and beyond those provided by the database utilities. This backup feature should backup course content and student histories to allow for specific restoration of course and student information without restoring the entire system. Example: The DFAS administrator starts a backup of courses 1010, 1020 and 1030 using "the system" backup. The process runs to completion unattended. He may archive these backups for future retrieval. Should the need arise he can restore all three courses or only one of them. 28.The system shall provide the ability to create and access DFAS administrator defined variables (i.e. custom). Please disclose how many custom fields are available. Student Level “The system” shall allow for DFAS created/specified database fields to contain demographic information about the students. Example: Adding Agency information to "the system" by student that can be accessed for reporting. If this is accomplished via an additional tool, please disclose any costs and/or services involved. 29.“The system” shall provide the ability to import SCORM 1.2 content packages. 30.“The system” shall provide the ability to import IMS content packages. 31. “The system” shall have the ability to support non-SCORM based courses. Example: DFAS creates a course external to "the system". "The system" administrator creates a course structure in the LMS defining the course, lesson, and modules. He then copies the individual resources (files) into the appropriate area of the course structure and links them in to create a fully functional course. 32.The system shall provide standard (stock, out of the box) student, mentor, instructor, group and overall training reporting capabilities. The following standard reports are required: •Transcripts •Activity Logs •Grades •Roster •Gradebook If your proposed offer includes a larger set of standard reports, please list these and indicate whether they can be modified. 33.“The system” shall provide the ability to create custom reports. Please elaborate on how this is accomplished and if there are any additional costs. If a third party or external tool is required, please disclose details (i.e. version, costs). 34.“The system” shall be able to accommodate and track self-paced (asynchronous) and instructor led (synchronous) blended training methods. 35.The system” shall be able to schedule and track in-classroom training. The features should include: •Store information about multiple live classrooms. Information should include: oClassroom name and/or identification number oNumber of students the classroom can accommodate oClassroom location (including address and directions to the location) •Allow the scheduling of courses in the live classroom •Allow the assignment of an instructor to the live classroom •Display upcoming courses in a calendar view •Display upcoming courses in a list view by date scheduled •Permit students to register for courses from either view online •Email the student with course information after they register •Waitlist students for a course once the course has been filled •Allow a registered student to cancel their registration online •Allow the instructor to print a classroom roster for their assigned course •Provide the instructor the ability to enter attendance information about the student •Store historical information about the course (course name, date taken…etc) in the student history and any transcript created by the system 36.“The system” shall provide the ability to import quiz questions from an external source. This process should utilize a built in API, XML file import or some other methodology to import questions, answers and a correct answer indicator into the appropriate system question pool. 37.“The system” shall not require any additional add-on software installation beyond the following: •Adobe Reader •Adobe Flash Shockwave Microsoft Windows Media Player 38.“The system” shall support various file types for courseware composition including but not limited to: •Web pages (.htm,.html) •MS Office files (.doc,.xls,.ppt) •Acrobat files (.pdf) •Adobe Flash/Shockwave files (.fla,.swf) Video content (elaborate on file types supported) 39.The system shall be able to provide import capability of existing LMS (Angel) users and their course history. Please indicate how this would be performed. If this is available using an additional conversion tool or service, please disclose any additional costs involved as a line item in the cost proposal for CLIN1. 40.“The system” shall be able to accommodate, at a minimum, 7000 active, concurrent users at any given time. 41.“The system” shall provide for multiple instances of the same course be taught during the same time period with different instructors. This page intentionally left blank C.3.2. LMS Documentation. C.3.2.1 The vendor shall provide all functional and technical user manuals associated with the LMS, in an electronic format, within 10 days of contract award. C.3.2.2 The vendor shall provide all database technical user manuals, database schema and database data dictionary associated with the database, in an electronic format, within 10 days of contract award. C.3.3. LMS e-Learning Designer /Administrator Training (optional CLIN): C.3.3.1. The vendor shall provide training to ten (10) database administrators, e-Learning designers and LMS administrators on operation and functional use of the LMS. This training shall cover set-up, configuration, roles and responsibility assignments. The method of training is up to the contractor preference, based on industry best practice. The training can be conducted in a classroom setting, online, self paced CBT, etc. The method of training should be offered to DFAS via the most cost effective and timely manner in order to meet the fifteen (15) day training requirement outlined in C.4.0. Regardless of the selected training method, it is imperative that the training take place within fifteen (15) days after award. In the event the means of training preferred by the contractor is on site, the training shall be conducted at Defense Supply Center Columbus (DSCC), 3990 E. Broad St, Columbus, Ohio, 43213, and Monday through Friday during the normal business hours of 8:00 a.m. to 4:00 p.m. C.3.4. LMS Technical (Installation and Integration) Support. C.3.4.1 The vendor shall provide LMS Installation telephone support services. The vendor will work with the DFAS system administrator until a successful implementation of the system is achieved. The calls will be initiated by the DFAS system administrator and will be placed to the assistance personnel designated by the vendor. C.3.4.2 The vendor shall provide LMS technical telephone support services to DFAS system programmers until successful integration into the DFAS operating environment. The calls will be initiated by a DFAS programmer and will be placed to the assistance personnel designated by the vendor. C.3.4.3 The period of this support will correspond to the system acceptance period defined in C.5.0. Once the “Acceptance Period” has expired the vendor is no longer responsible for providing this support. C.3.5. Maintenance and Support: C.3.5.1. The vendor shall provide standard maintenance and software upgrade packages for one (1) year after contract award and each option year thereafter. The Government reserves the right to exercise this option from year-to-year prior to each option period. C.3.5.1.2 The vendor shall provide ongoing LMS functional client support services in the form of a “help desk” that can receive calls from DFAS personnel concerning day to day functional problems. C.3.5.1.3 The vendor shall provide ongoing LMS system and database administration support services in the form of a “help desk” that can receive calls from DFAS personnel concerning day to day functional problems. C.3.5.1.4 The vendor shall provide the standard maintenance and software upgrade packages to be installed on the government server by DISA personnel. C.3.6. Post Award Support (OPTIONS): C.3.6.1. The vendor shall provide maintenance and software upgrade support in one (1) year increments up to four (4) years beyond the initial one (1) year maintenance period. The Government reserves the right to exercise this option from year-to-year prior to each option period. C.4.0. DELIVERABLES: DescriptionFormatDue Date LMS Application (License for 7,000 Users), SOW Paragraph C.3.1.As specified in vendor’s proposalWithin ten (10) days after the date of award. Installation files will be delivered to: DPAS SW Upgrade Project #2009090901 7879 Wardleigh Rd Bldg 891 DISA/DECC Ogden Hill Air Force Base, UT 84056 LMS Functional & Technical User Manuals, SOW Paragraph C.3.2Electronic format from vendorWithin ten (10) days after the date of award. If documentation is not electronic it will be delivered to: Jeff Dingus DFAS-TTCD DFAS Technology Services Org. 3990 East Broad Street Bld 10, Section 11, Post 33 Columbus, OH 43213 LMS Database Technical Documentation, SOW Paragraph C.3.2.2Electronic format from vendorWithin ten (10) days after the date of award. If documentation is not electronic it will be delivered to: Jeff Dingus DFAS-TTCD DFAS Technology Services Org. 3990 East Broad Street Bld 10, Section 11, Post 33 Columbus, OH 43213 LMS Training, SOW Paragraph C.3.3Vendor preference (This can be classroom, online, or other)Within fifteen (15) days after the date of award LMS Maintenance & Upgrade Support, C.3.4.1Vendor’s standard support formatFor a period of one (1) year after delivery of the LMS C.5.0 INSPECTION AND ACCEPTANCE: After the Delivery of the Learning Management System (LMS) the Government will inspect/test the LMS to ensure it is compatible with the Government System Architecture and that it meets the Governments needs from a functional perspective. The inspection and acceptance period will begin after receipt of the LMS from the vendor and will last for a period of Thirty (30) business days (hereinafter “Acceptance Period”). Receipt is defined as the time in which the Government gains full access to the LMS for its stated use (as defined in this SOW), whether accomplished on-line or by receipt of the software by mail or the point in time that the software is successfully loaded to the server for set-up, development and testing. The Government will notify the vendor when the acceptance period has officially begun. Acceptance of the LMS by the Government shall automatically occur after the passage of the Acceptance Period stated herein unless the Vendor is notified otherwise, by the Contracting Officer, in writing within the stated acceptance period. Within the 30-day acceptance period, if the Government determines the software does not meet its needs or is not satisfied with it for any reason, the Government will notify the vendor and return the software at no cost to either party. The vendor shall not invoice the Government until after the acceptance period or after receipt of the Government’s written acceptance, whichever comes first. The vendor agrees to these terms and understands that the Government has the right to return the software for any reason within the acceptance period with no further obligation to the vendor. In this case, the Contracting Officer has the right to issue a no-cost cancellation of the order. C.6.0. GOVERNMENT FURNISHED PROPERTY (GFP): The Government will provide a training facility/room at DFAS Columbus if applicable. C.7.0 GOVERNMENT POINT OF CONTACT (GPOC): Point of Contact: Stephanie Smith DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 693-5574 Facsimile Number: (614) 693-5674 Email Address: stephanie.smith@dfas.mil C.8.0 PERIOD OF PERFORMANCE: The system shall be delivered to DFAS within ten (10) days after contract award date, ready to be installed and implemented by Government personnel. The period of performance for this contract will be for one (1) year from the date of award. The one (1) year period of performance will cover the base maintenance period as identified in the deliverable table above. Other delivery requirements are also identified in the table. The overall period of performance also includes four (4) option year periods, successive from year-to-year, following the base year. The total maximum period of performance under this order if all option years are exercised is five (5) years. C.9.0 TRAVEL: Travel may be required in order for the vendor to provide LMS Training in accordance with SOW paragraph C.3.3.1. Any travel costs incurred will be reimbursed at cost in accordance with the Federal Travel Regulations (FTR), available at http://www.gsa.gov. As this is a Firm Fixed Price contract, all expected travel costs should be priced and included in the CLIN 0003.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/EOSCO0RC011/listing.html)
 
Place of Performance
Address: DPAS SW Upgrade Project #2009090901, 7879 Wardleigh Rd Bldg. 891, DISA/DECC Ogden, Hill Air Force Base, UT 84056, Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02010021-W 20091125/091124000217-3e950017991438161afbc6ef77620786 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.