Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
MODIFICATION

R -- USATSC ARMY VIRTUAL LEARNING ENVIRONMENT - Amendment 1

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-17-S-AVLE
 
Archive Date
8/9/2016
 
Point of Contact
Curtis M. Arthur, Phone: 7575018153
 
E-Mail Address
curtis.arthur.civ@mail.mil
(curtis.arthur.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
MICC AVLE Comparison Revised Performance Work Statement As of 7/14/16 - This is an amendment to the source sought announcement. This amendment includes a revised performance work statement (PWS) that provides further clarity of the requirements for Army Virtual Learning Environment (AVLE). The PWS now reflects that the preponderance of this effort is anticipated to be more highly complex in the distributed learning capability. This would include real-time participation - Level 3 and immersive multimedia" computer or computer simulated virtual augmented reality - Level 4. The attached document reflects the most current vision for this effort. Additionally in comparing the Combined Arms Products for Distributed Learning (CAPDL) to the Army Virtual Learning Environment (AVLE) that reflects the next level of advancement for this effort. The Government is also interested in pursuing a best-value tradeoff methodology for this effort and interested in industries opinion of tradeoff areas for evaluation. The Government has extended the response date to 25 July 2016. As of 7/12/16- Amended Sources Sought Announcement- Extending responses from 14 JUL 2016 to 20 JUL 2016 Rationale: Further clarifying Government's scope as to the preponderance of the work. Also, the Government is contemplating a "Best Value Trade-Off" evaluation. Will also require industry opinion about this effort being evaluated as "Best Value". This Sources Sought Notice (SSN) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this acquisition, the NAICS code is 541511, Custom Computer Programming Services and the small business size standard is $27.5M. Purpose: The Mission and Installation Contracting Command (MICC) - Fort Eustis, is conducting market research to identify the availability of qualified 8(a) firms that are technically capable of providing Analysis, Design, Development, Implementation and Evaluation (ADDIE) for Training and Education (T&E) in accordance with the process as described in TRADOC Regulation (TR) 350-70, The Army Learning Policy and Systems. The plan is to award Multiple Award Task Order contracts, and to then issue task orders when the specific tasks are identified. The contractor services include a broad range of distributed T&E products: Information collected from this notice will be used to further define the Government's requirement and create the appropriate acquisition strategy. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil or call (210) 466-2419. Please include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The response shall not exceed ten (10) pages. 1. Include the name of the firm, point of contact, phone number, email address, website address, DUNS number, CAGE code, 8(a) graduation date. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If significant subcontracting or teaming is anticipated provide evidence that the prime will be in compliance with FAR 52.219-14 Limitations on Subcontracting. 3. Respond to the survey questions (attachment 1) and entries on the survey matrix (attachment 2) to directly demonstrate the technical and management capability to perform the requirement. The Performance Work Statement (attachment 3) is provided for reference. 4. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Only 8(a) vendors are invited to submit a capabilities statement that demonstrates their technical skills and ability to provide the services consistent with this notice. All other(s) will NOT be considered. Responses to this sources sought notice are due no later than 2:00 PM ET, 14 July 2016 and shall be electronically submitted to Mr. Curtis Arthur, at curtis.arthur.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/443ec99b46195c87ace45401c3a2dbee)
 
Place of Performance
Address: Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04182703-W 20160716/160714234912-443ec99b46195c87ace45401c3a2dbee (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.