Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

U -- DANTES - Online Academic Training Subscription - Draft PWS

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
611691 — Exam Preparation and Tutoring
 
Contracting Office
Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 06J25-01, Alexandria, Virginia, 22350-1300, United States
 
ZIP Code
22350-1300
 
Solicitation Number
H98210-17-DANTES
 
Archive Date
1/19/2018
 
Point of Contact
James A. Canady III, Phone: 571-372-8119
 
E-Mail Address
james.a.canady22.civ@mail.mil
(james.a.canady22.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Defense Human Resources Activity (DHRA), Defense Activity for Non-Traditional Education Support (DANTES) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) for DANTES online basic academic skills training. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed North American Industry Classification System (NAICS) code for this effort is 611691, All Other Professional, Scientific and Technical Services (size standard $7.5 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can perform the services outlined in the PWS. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION: Interested parties are requested to submit an unclassified capability statement (limited to 10 pages) that provides specific, detailed information regarding the following: 1. Whether your interest in this requirement is as a prime or subcontractor. 2. Describe your experience and capability with providing an existing, commercially available, basic academic skills course to include college placement training that is available online and on downloadable CD for offline use. 3. Describe your technical capacity to ensure 24/7 online course availability for a large, widely dispersed audience serving in locations around the world. 4. Describe your capability to provide pre-assessment diagnostic tests, a customized learning path based on the results of the diagnostic test, and a post-course assessment. 5. Describe your capability to provide administrative privileges and functionality which allows training to be facilitated in a classroom environment. 6. Describe your capability to provide customized reporting for group administrators as well as detailed usage reports. 7. Describe your ability to provide marketing & promotional materials, and webinar and on-site training. The following features are required for this effort: 1. Online and offline access with future upload capability for active, reserve, and National Guard military personnel serving around the world. 2. Group and individual learning environments supported. 3. Academic skills training aligned to military standardized tests (i.e. Armed Services Vocational Aptitude Battery). 4. College placement training aligned to the most used college placement test (i.e. Accuplacer). 5. Student diagnostic testing and pre-assessment to evaluate an individual's current math/reading /vocabulary and college-level arithmetic and English comprehension and a customized personalized learning path built for each user to address their strengths and weaknesses. 6. Ability to adjust customized path of courses set from pre-assessment (adding or deleting courses in their customized path). 7. Interactive lessons and flash cards built into the online system and practice questions to help assess the learner's progress. 8. Post-assessment which measures performance at the end of the course and compares it directly with the pre-assessment. 9. Unlimited users as well as unlimited access - no time factor to use and members can take courses over and over again (In other words no separate cost per course as a one-time usage). 10. Start and stop options, student password reset, automated emails to student, notifications on homepage. 11. Administrative reporting available online for specific location administrators to pull reports directly - can also be used with facilitation of courses. 12. Hardcopy and online marketing and promotional materials; vendor user training and webinars. 13. Technical support via telephone or email and all required maintenance, sustainment, and hosting. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders 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 will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. D. RESPONSE DUE DATE: The Government requests that all responses be returned by 11:00 AM EST on 04 January 2018. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contacts: Ms. Matthew Poole, Contracting Officer, matthew.c.poole.civ@mail.mil, and Mr. James Canady III, Contract Specialist, james.a.canady22.civ@mail.mil. Small Businesses may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.. The Defense Human Resources Activity (DHRA), Defense Activity for Non-Traditional Education Support (DANTES) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) for DANTES online basic academic skills training. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed North American Industry Classification System (NAICS) code for this effort is 611691, All Other Professional, Scientific and Technical Services (size standard $7.5 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can perform the services outlined in the PWS. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION: Interested parties are requested to submit an unclassified capability statement (limited to 10 pages) that provides specific, detailed information regarding the following: 1. Whether your interest in this requirement is as a prime or subcontractor. 2. Describe your experience and capability with providing an existing, commercially available, basic academic skills course to include college placement training that is available online and on downloadable CD for offline use. 3. Describe your technical capacity to ensure 24/7 online course availability for a large, widely dispersed audience serving in locations around the world. 4. Describe your capability to provide pre-assessment diagnostic tests, a customized learning path based on the results of the diagnostic test, and a post-course assessment. 5. Describe your capability to provide administrative privileges and functionality which allows training to be facilitated in a classroom environment. 6. Describe your capability to provide customized reporting for group administrators as well as detailed usage reports. 7. Describe your ability to provide marketing & promotional materials, and webinar and on-site training. The following features are required for this effort: 1. Online and offline access with future upload capability for active, reserve, and National Guard military personnel serving around the world. 2. Group and individual learning environments supported. 3. Academic skills training aligned to military standardized tests (i.e. Armed Services Vocational Aptitude Battery). 4. College placement training aligned to the most used college placement test (i.e. Accuplacer). 5. Student diagnostic testing and pre-assessment to evaluate an individual's current math/reading /vocabulary and college-level arithmetic and English comprehension and a customized personalized learning path built for each user to address their strengths and weaknesses. 6. Ability to adjust customized path of courses set from pre-assessment (adding or deleting courses in their customized path). 7. Interactive lessons and flash cards built into the online system and practice questions to help assess the learner's progress. 8. Post-assessment which measures performance at the end of the course and compares it directly with the pre-assessment. 9. Unlimited users as well as unlimited access - no time factor to use and members can take courses over and over again (In other words no separate cost per course as a one-time usage). 10. Start and stop options, student password reset, automated emails to student, notifications on homepage. 11. Administrative reporting available online for specific location administrators to pull reports directly - can also be used with facilitation of courses. 12. Hardcopy and online marketing and promotional materials; vendor user training and webinars. 13. Technical support via telephone or email and all required maintenance, sustainment, and hosting. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders 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 will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. D. RESPONSE DUE DATE: The Government requests that all responses be returned by 11:00 AM EST on 04 January 2018. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contacts: Ms. Matthew Poole, Contracting Officer, matthew.c.poole.civ@mail.mil, and Mr. James Canady III, Contract Specialist, james.a.canady22.civ@mail.mil. Small Businesses may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5ce1e19a5b27b9103f96f628b097efa)
 
Record
SN04771263-W 20171221/171219231448-d5ce1e19a5b27b9103f96f628b097efa (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.