Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

D -- Learning Content Management System (LCMS) - RFI

Notice Date
10/8/2019
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
70FA2020JS00000001
 
Archive Date
11/23/2019
 
Point of Contact
James D. Suerdieck, Phone: 301-447-7244, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement The Federal Emergency Management Agency (FEMA), on behalf of the Emergency Management Institute (EMI), has developed this Request for Information (RFI) to solicit market research information from industry. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the EMI will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities, website www.fbo.gov, at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The purpose of this RFI is to receive industry comments on the draft Performance Work Statement (PWS) including (but not limited to) technical questions and comments, contract pricing considerations, contract type, and potential award fee incentives for the competitively contracted services for the Emergency Management Institute (EMI), in Emmitsburg, MD. Background Information Under FEMA Protection and National Preparedness (PNP)/National Preparedness Directorate (NPD)/National Training and Education Division (NTED), EMI's mission is to support the Department of Homeland Security and FEMA's goals by improving the competencies of the U.S. officials in Emergency Management at all levels of government to prepare for, protect against, respond to, recover from, and mitigate the potential effects of all types of disasters and emergencies on the American people. - EMI is the emergency management community's flagship training institution, and provides training to Federal, State, local, tribal, volunteer, public, and private sector officials to strengthen emergency management core competencies for professional, career-long training. - EMI directly supports the implementation of the National Incident Management System (NIMS), the National Response Framework (NRF), the National Disaster Recovery Framework (NDRF), and the National Preparedness Goal (NPG) by conveying necessary knowledge and skills to improve the nation's capability. - EMI trains more than 2 million students annually. Training delivery systems include residential onsite training; offsite delivery in partnership with emergency management training systems, colleges, universities; and technology-based mediums to conduct individual training courses for emergency management personnel across the Nation. - EMI is located on the campus of the National Emergency Training Center (NETC), Emmitsburg, Maryland. The Emergency Management Institute (EMI) currently utilizes a Learning Content Management System (LCMS) to develop, deliver, and manage specialized training for emergency response providers and emergency managers from the State, local, tribal, and territorial governments; the Federal government, foreign governments, private sector entities and the general public. Requested Information FEMA is issuing this Request for Information (RFI) to better understand what other LCMS systems and support the industry may offer in an effort to improve the management and development of our course curriculum. The LCMS features, hosting, and support desired are fully described in the attached draft PWS. A few of the key areas that FEMA would like industry input include: • FedRAMP authorized cloud solutions • Learning Content Management Systems (LCMSs) that allow for the rapid development, reuse, manipulation, revision, and export of learning content to a variety of templates and end products (SCORM, PDF, MS Word, MS PPT, HTML). • Support including installation, configuration, maintenance, consulting, and theme development. Capability Information Vendors capable of and interested in providing a LCMS, the associated support, and hosting that will be used to manage and develop training to emergency management partners and the general public should review the attached PWS and provide a description of the capabilities mentioned within. Standard brochures and/or paraphrasing of these sections are not considered sufficient to demonstrate the capabilities of an interested party. Company Information In addition to describing your capabilities as they relate to the PWS, please provide the following company information: 1. Brief description of your company. 2. Dun & Bradstreet DUNS number. 3. Contact information (address, telephone, e-mail, website address). 4. Commercial, U.S. government, and international government markets for which your company provides or has provided a LCMS, hosting, and support. 5. Business Size (small business, SDB, SVOSB, HUBZone, 8(a), Large, etc.). If 8(a) eligible, please provide current status regarding your scheduled graduation date form the 8(a) program under this NAICS code. Questions In your response, please provide answers to the following questions: 1. Does your system have the capability of importing pre-existing content into it and creating learning objects? a. Are there specific types of content or a format that can be imported? b. Can we import metadata associated to learning content? 2. Is your software regularly updated with bug fixes and new features? If so, please explain the schedule and provide examples of types of updates between iterations. 3. Do you have a bug reporting system and can you provide an average turnaround time for bug fixes? 4. Do you have a standard process for feature requests? If so, please provide any detail on this including: frequency that requests are implemented, timeliness, and acceptance process. 5. What browsers do the authoring tool and exports support? 6. Is the PWS clear, concise, and does it provide sufficient information required to develop and submit a Request for Proposal (RFP)? 7. Do you have any comments or concerns related to the PWS? No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on www.fbo.gov. Vendor comments may be incorporated and used to develop the final PWS as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore interested parties should be vigilant in looking for and must respond to the official solicitation announcement when it is posted on www.fbo.gov. RFI Submission Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 10MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and, if necessary, submit responses on sequential e-mails. All responses to the RFI shall be submitted by email to James Suerdieck, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: james.suerdieck@fema.dhs.gov no later than November 8, 2019, 4:00 pm Eastern Time. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/70FA2020JS00000001/listing.html)
 
Record
SN05470948-W 20191010/191008230649-09398fdc37d4a7baa0e29055caf7c70f (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.