Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOURCES SOUGHT

R -- Authoring Instructional Materials (AIM)

Notice Date
1/19/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
AIM011910
 
Archive Date
2/24/2010
 
Point of Contact
Christina D Garcia, Phone: 407-380-4098, Beverly L Gordon, Phone: 407-380-4041
 
E-Mail Address
christina.garcia@navy.mil, beverly.gordon@navy.mil
(christina.garcia@navy.mil, beverly.gordon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAWCTSD is in the beginning stages of forming an Acquisition Strategy and seeking potential sources which may be interested in the Authoring Instructional Materials (AIM) contract recompete. This is a Sources Sought synopsis for software development, maintenance, integration, support, and management tasks as well as the training system and material analysis, design, implementation, courseware development and support tasks required for the continued sustainment of the AIM Software Program. AIM is an automated tool designed to improve and streamline the development and maintenance of Navy training materials. The Navy uses three different approaches for the development of Instructor Led training: Personnel Performance Profile (PPP), Task-Based, and Competency/Skills-Based. AIM I supports the PPP approach to training material development, AIM II supports the Task-Based approach, and AIM Content Planning Module (CPM)/Learning Object (LO) Module support a Competency/Skills-Based or ILE approach. The Department of the Navy (DoN), NAWCTSD Orlando, Florida, is seeking potential sources with the ability to develop, maintain, integrate and support/manage the AIM Software program, training system and material analysis, design, implementation, courseware development and support tasks over a five (5) year period of performance for a single award Indefinite Delivery Indefinite Quanity (IDIQ) Contract. In order to evaluate capability, please provide written responses to this announcement. Responses should consist of the following: 1)Your firm’s capability in: a)Utilizing Microsoft Access, SQL Server, & Oracle databases and transitioning data from one database format to another b)Transitioning data from various repositories utilizing Extensible Markup Language (XML) and webservices c)Developing and maintaining software using NET and Visual Studio 2008 d)Developing Sharable Content Object Reference Model (SCORM) 1.2 & 2004 2nd,3rd, & 4th edition compliant content e)Tying various proprietary, Navy standard, and S1000D-compliant technical data content to SCORM-conformant learning content f)Utilizing Hypertext Markup Language (HTML)/ XML as output formats for SCORM-compliant learning content g)Designing Instructor-led training (ILT) and Web-based training (WBT) Sharable Content Objects (SCOs) and maximizing content re-use h)Producing SCORM 2004 metadata tags required by NSCORM specifications for all training products in order to identify re-useable learning objectives & objects i)Producing and delivering instructional media including 2D/3D graphics, 2D/3D animations, and 3D models j)Implementing proven Configuration Management (CM) and Quality Assurance (QA) processes k)Implementing an on-line review system containing ability to allow users different privilege levels for reviewing/commenting on content and curriculum under development, and archiving those reviews/comments l)Providing application software training to government and contractor personnel in electronic classroom settings m)Resolving software support trouble ticket requests with customers 2)Your firm’s capability in: a)Designing and developing lesson specification reports b)Identifying and developing instructional strategies c)Identifying and developing assessment strategies 3)Your firm’s CCR registration number, provide also CAGE and DUNS number. 4)A statement as to whether your firm has the resource capacity to support the aforementioned capabilities by contract award (FY 2011) a)Provide a list of resources currently available including equipment (hardware/software) b)Provide staffing to include proposed labor categories and number of people within your firm currently holding those positions. c)Provide current CMMI level certification This Sources Sought is issued solely for information and planning purposes, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Further, the Navy is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party’s expense. Submissions will not be returned. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 541511, Custom Computer Programming Services, with a size standard of $25 million. Failure to respond to this sources sought does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov and the NAVAIR Orlando Business Opportunities website at http://nawctsd.navair.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm The information provided in this sources sought is subject to change and is not binding on the Government. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 15 pages and eight megabytes size limitations, via email in time to be received by 9 February 2010, Eastern Standard Time on 3:30 PM to Christina Garcia, Contract Specialist at Christina.Garcia@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/AIM011910/listing.html)
 
Record
SN02044324-W 20100121/100119234615-a1f18f817c1eb3fac36df538f1dd1bef (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.