|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1998 PSA#2033Department of the Treasury, Internal Revenue Service, Midstates
Procurement Operations Branch, 4050 Alpha Rd., 1800MSRO, Dallas, Texas
75244 U -- EDUCATION AND TRAINING SERVICES SOL TIRMS98R00009 DUE 030398 POC
Contract Specialist, Mary Jo Holloway, 972-308-1962 This is a combined
synopsis/solicitation for an IDIQ contract for commercial items
prepared in accordance with the format in FAR Subpart 12.6 and Subpart
13.5, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; offers are
being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number TIRMS-98-R-00009 is a Request For Proposal (RFP)
incorporating FAR provisions and clauses in effect through Federal
Acquisition Circular (FAC) 97-03. The Standard Industrial
Classification (SIC) is 7379; the applicable size standard is $10.0.
Evaluation factors for award will include price and price-related
factors and technical factors. Products sought in this solicitation
will support PC users with 486 or faster microprocessors, Windows 95 or
NT operating systems, and the more recent versions of PC-based software
applications. Additionally, the products sought in this initiative will
be diverse in their accessibility,including versions for stand-alone
PC's, LAN-connected PC's, and PC's with connections to the IRS intranet
where a copy of each course will be stored for either downloading or
on-line execution. The contract shall be for one year and four one-year
option periods. COURSE TOPICS will be faxed upon request or can be
found on the IRS Homepage at www.treas.gov. The contractor may offer
substitutions, but these courses must have the IRS' agreement. If
proposals have different course titles and resulting course counts, the
IRS may select other courses from the contractor's library. Each course
shall be accompanied by a list of objectives for the student to be able
to accomplish upon course completion. Each course shall be operable
from PC's ranging from a 486/33 to a 200 megahertz Pentium Pro. Each
course shall be provided for access by students in each of the methods
listed below. Vendors may have a single product that accommodates more
than one of the diverse needs expressed below, but each courseshall be
available in each of these functional conditions. Stand-alone-PC
versions shall reside and be executable from the students' hard drives,
Stand-alone-PC versions shall reside and be executable from CD-ROM
disks, LAN versions shall be transmittable to client workstations from
Novell or Windows NT servers, encapsulated Stand-alone-PC hard
drive-executable version accessible at the IRS Intranet site,
encapsulated Stand-alone-PC disk-executable version accessible at the
IRS Intranet site, encapsulated LAN version accessible at the IRS
Intranet site, Interactive version for execution on Intranet Web
Server. For these various delivery methods, the courses shall contain
the same material and have the same course objectives, despite whether
the course is delivered through a stand-alone PC, a LAN, or via the
Intranet site. The vendor shall provide 200 copies of each Stand-alone
PC hard drive-executable course individually loaded onto 200 CD-ROMs.
The vendor shall provide 1000 copies of each Stand-alone PC
disk-executable course individually loaded onto 1000 CD-ROMs. The
vendor shall provide 200 copies of each LAN-based course individually
loaded onto 200 CD-ROMs. The vendor shall provide one copy of each of
the encapsulated Stand-alone PC version course individually loaded onto
CD-ROM. The vendor shall provide one copy of each encapsulated LAN
version course individually loaded onto CD-ROM. The vendor shall
provide one copy of each Interactive version course individually loaded
onto CD-ROM. The encapsulated versions intended for hard drive
execution shall be executable by the employee following the download to
the hard drive without additional commands (self-installing). These
courses shall also be installed in such a manner that removal from the
hard drive can be accomplished through an option accessible with a
mouse click. All course versions intended for downloading from the IRS
Intranet site will be modular to the extent that segments of the
course no larger than three megabytes may be specified for downloading
and executable in this modular capacity. Each course will have a
pre-test or self-assessment. This pre-test will be separate from the
other course files to allow for separate download or separate
completion prior to installing the course. Each course will provide a
test or quiz for each module. Each course will provide a cumulative
test covering the topics of the entire course. The results of all tests
will be provided to the student, including the questions answered wrong
or not answered. Each course will provide for a review of information
related to erroneously answered questions. Each course will provide for
test-item analysis on the population of completed cumulative tests.
Test results will not be associated with any student name. Each course
will provide the student with the ability to mark his/her progress in
the course when opting to exit the course prior to completion. Each
course will provide for the collection of administrative information on
the students, including their identifications and profiles. Test
scores, modular or end-of-course, will not be stored with the
identifying information. When the course has been successfully
completed, the student identification data will be provided in ASCII
for use in another IRS application. Special consideration will be given
on Quality Features of the technical evaluation for the provision of a
software application with the library, which allows for the tracking
of students for registration, testing, and course completion and for
the provision of a software application which provides generated
reports on student progress; course accesses; test questions asked;
answered; and answered correctly; and time needed to complete courses
by the students. The IRS has the option to renew the lease contract for
these courses, the IRS may select up to fifty-percent different courses
from among courses the contractor has available for lease/purchase. The
IRS shall select the courses to be returned to the contractor and
select the courses to receive in exchange for those returned. The
contractor without additional charge shall provide all plug-in software
required for full course operation. Courses shall be constructed to
allow the students to take the segments or modules in the order of
their choosing. A minimum of twenty percent of courses must use
multimedia (both audio and video) for instruction. Courses shall be
constructed to provide a help screen accessible from any screen in the
course to assist the student with what actions are needed to satisfy
the current course prompt(s). The contractor shall make all courses
available for complete use by students with complete visual
impairments, partial visual impairments, and hearing impairments. These
adaptations will include, but not be limited to: ASCII text for any
course content displayed through visual means by those with total sight
disabilities; Text magnification or enlargement for those with partial
sight disabilities; Text in lieu of audio-presented course material
for those with hearing disabilities. Special consideration will be
given on Quality Features of the technical evaluation for
products/vendors using "Microsoft Active Accessibility" functionality.
All courses shall be constructed to operate on the Windows NT 32-bit
operating system and should also be able to operate on a Windows 95
operating system. Course topics must address mutiple levels, versions,
and providers of spreadsheet, desktop publishing, wordprocessor,
operating system, mail, and database software. The provisions at FAR
52.212-1, Instructions to offerors-Commercial Items, is incorporated in
this solicitation. Addenda to FAR 52.212-1: Offerors are reminded to
submit signed and dated proposals. Contract line items shall be shown
0001, for base year, 1001, 2001, 3001, 4001. The preferred form for
submitting proposals is the Standard Form 1449. If this form is not
used, proposals are required to include a statement with their quotes
specifying the extent of agreement with all terms, conditions, and
provisions included in this solicitation. Contractors may be requested
to submit several types of products for benchmark evaluation or a
demonstration. Proposals shall be in accordance with contractors
commercial practice and include limited and unlimited licenses.
Technical evaluation factors other than cost or price, when combined,
are significantly more important than cost or price. Criteria for value
judgements will include the following of equal importance: (1) Past
performance, (2) Ease of use (including installation and
de-installation), (3) Ease of understanding the material presented, (4)
Thoroughness of topic coverage, (5) Level of interaction with the
student, (6) Quality features of the product. The provision at FAR
52.212-2, Evaluation-Commercial Items is incorporated. The provision at
FAR 52.212-3, Offerers Representations and Certifications-Commercial
Items, is incorporated in this solicitation, and OFFERORS SHALL INCLUDE
A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL. FAR 52.212-4,
Contract Terms and Conditions-Commercial Items, is incorporated in this
solicitation. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes of Executive Orders-Commercial Items, is
incorporated in this solicitation (including 52.203-6 [Alternate I];
52.203-10; 52.219-8; 52.219-9; 52.222-26; 52.222-35; 52.222-36;
52.222-37; 52.225-19; 52.239-1. The additional FAR clauses applicable
to this acquisition are 52.216-18, Ordering, 52.216-22, Indefinite
Quantity, 52.216-27, Single or Multiple Awards, 52.217-9, Option to
Extend Term of Contract, 52.216-19, Minimum Order (none) -- Maximum
Order $250,000. Original copies of the Proposal must be received at the
address indicated by 4:00 p.m.CST on 03/03/98. Submit Proposal, clearly
marked as such on the outside of the package, to Internal Revenue
Service, Midstates Procurement Branch, Attention: Mary Jo Holloway,
Contract Specialist, M/C 1800-MSRO, 4050 Alpha Road, 9th Floor, Dallas,
TX 75244. All questions must be confirmed in writing and faxed to Mary
Jo Holloway at 972/308-1928. (0043) Loren Data Corp. http://www.ld.com (SYN# 0109 19980217\U-0001.SOL)
U - Education and Training Services Index Page
|
|