Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

U -- The Bureau of Land Management (BLM) National Train

Notice Date
9/24/2018
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
BLM TC-NATL TRAIN CTR OF/DIR(TC100) 9828 N. 31ST AVENUE PHOENIX AZ 85051 US
 
ZIP Code
00000
 
Solicitation Number
140L3818Q0005
 
Response Due
9/19/2018
 
Archive Date
10/4/2018
 
Point of Contact
Hesse, Mark
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Land Management (BLM) National Training Center (NTC) located at 9828 North 31st Avenue Phoenix, AZ 85051 seeks a contractor to develop an arid lands restoration and rehabilitation training program to improve the outcomes of on-the-ground restoration projects. The full details of the training course development project are in the statement of work which is the attached file. There is one contract clause that will be added to the clauses of your contract. That is the Department of Interior (DOI) clause: Electronic Invoicing and Payment Requirements Invoice Processing Platform (IPP) (April 2013). This is because, for DOI, all payments must be made via Electronic Funds Transfer (EFT). The course will be Section 508 compliant. The specifics of this are in the SOW. The course will be developed in modules. Prior to the beginning of the first module, the BLM and the contractor will have a voice conference call (kickoff meeting) to ensure that all personnel have an understanding of the modular approach and any and all other things associated with the project. The BLM will use milestone payments. The BLMs proposal for milestone payments is in the SOW. The BLM is open to discussion with the selected contractor for a different schedule of milestone payments. If a different schedule of milestone payments is agreed to between the BLM and the selected contractor, the decision will be documented by email traffic, between the BLM NTCs Contracting Officer (CO) and the contractors Manager. This competition is being conducted using Federal Acquisition Regulation (FAR) Simplified Acquisition Procedures. The contractor will be selected by means of best value criteria. All evaluation criteria other than cost (price), excluding reference checks which, when combined are approximately equal to cost (price). For each quote received, each criteria other than price and reference checks will be assigned by the source selection committee a numerical score between 1 (lowest) and 10 (highest). The numerical scores will be summed and that will be the numerical score assigned each quote. That numerical score along with cost (price) and reference checks (go / no go) will be the deciding factors for source selection. That is: amongst all quotes that have passed reference checks, the total numerical score and price are the two factors that will be examined with the total numerical score being approximately equal to cost (price) as an evaluation factor. The best value criteria, in no particular order, are: 1) technical capability including demonstrated creativity in designing and producing distance learning courses. This will be demonstrated by samples of work posted on the contractor ¿s website along with any samples of the contractors work that can be obtained by other means 2) capability of producing interactive quizzes. 3) having a project manager who can make a schedule of the contractors design proposal with that schedule having clearly identified tasks, who will do that task and what the tasks completion date is 4) having done previous course development work for federal government 5) demonstrated capability to produce products in Captivate 6) having an ISS (Instructional Systems Specialist) who has a demonstrated capacity to design courses 7) reference checks and 8) cost (price). Quotes are accepted via GSAs website eBuy.gov, or through email to Mhesse@blm.gov. For any questions regarding this solicitation, please refer to the SOW which contains a list of different contact personnel for the different specialized expertise engaged in this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/140L3818Q0005/listing.html)
 
Record
SN05102550-W 20180926/180924231027-639df24f0d3841879b04c32903bb2558 (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.