SPECIAL NOTICE
D -- D--Moodle Workplace V4.4 Learning Management System 6-Month Bridge Purchase Order
- Notice Date
- 5/21/2025 4:43:55 AM
- Notice Type
- Special Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0425Q0377
- Response Due
- 6/5/2025 7:00:00 AM
- Archive Date
- 06/05/2025
- Point of Contact
- Tsybulevsky, Alexandra, Phone: 0000
- E-Mail Address
-
alexandra_tsybulevsky@ibc.doi.gov
(alexandra_tsybulevsky@ibc.doi.gov)
- Description
- Posted Date: May 21, 2025 Procurement Office: The Department of the Interior (DOI) Interior Business Center (IBC), Acquisition Services Directorate (AQD) Response Due Date: June 5, 2025, by 10AM EST NOTICE OF INTENT SYNOPSIS: The Department of the Interior, Interior Business Center, Acquisition Services Directorate on behalf of Office of the Office of Wildland Fire (OWF) intends to award a Purchase Order to Moodle US, on a sole source basis. The intended procurement is classified under North American Industry Classification System code (NAICS) Code 611710 Educational Support Services (SB size standard $24M). This is a sole source procurement under the authority of FAR Part 13, only the responsible source and no other supplies or services will satisfy agency requirements. This acquisition is conducted under the procedures as described in FAR Part 13.5-Simplified Procedures for Certain Commercial Items and FAR Part 12- Acquisition of Commercial Items. Description: This requirement is for Moodle Workplace V4.4, for a continued Learning Management System (LMS) services support, currently performed by Moodle USA, under sole source purchase order 140D0424P0203. The services are required to maintain the Wildland Fire LMS (WFLMS) for the Federal Wildland Fire Workforce Development Program (FWDP), the National Wildfire Coordinating Group (NWCG) members, and other designated wildland fire management organizations. This requirement is for a six-month period of performance (PoP) to meet the inter-agency wildland fire management's requirement for approximately 200,000 user accounts, with 80,000 active users at multiple role levels. An active user is defined as a user who has accessed the Wildland Fire Learning Management System (WFLMS) within the last twelve (12) months. This purchase order will contain the following two Delivery Tasks provided in a single solution offering. The requirement of both tasks offered together is derived from an ability to deliver and maintain continual operations with zero downtime or solution offering gaps and/or delays. - Task 1: Moodle Workplace Application and Platform Hosting Services and Support: This task is for Amazon Web Services (AWS) - AWS Government Cloud. Hosting Support includes on-going operations and maintenance, technical support and monitoring of the database, content and web servers, full load balancing, with auto backup of the production database data and network failover design. - Task 2: Moodle Workplace Operations and Maintenance Support: This supplies the required professional services for Project Management Support, Subject Matter Expert (SME) Support, and Software Engineer Support to maintain and develop the WFLMS solution. Purpose and Objective: This requirement is for a six-month bridge purchase order after the current purchase order 140D0424P0203 expires on 8/29/2025, to continue servicing for the Moodle Workplace V4.4 LMS solution currently offered by Moodle US, before a larger, potentially competitive, follow-on contract can be awarded. The current purchase order 140D0424P0203 is a sole source with Moodle US. No transition-in period is required for the six-month bridge purchase order, as the same vendor is currently providing the solution. Market research confirmed that there are currently no other commercially available software-as-a-service (SAAS) solutions that require no further customization and that can be provided by the required award date of 8/29/2025. Market research is currently being conducted for the larger follow-on, with an estimated PoP of three years, after this bridge purchase order ends, to determine if a competitive environment exists for similar commercial solutions that may require additional lead time to be further customized to meet the Government's requirements. Therefore, a six-month, sole source bridge purchase order with Moodle US for Moodle Workplace V4.4 is needed to ensure a continuation of these critical services until the larger, potentially competitive, follow-on can be executed. Period of Performance: 8/30/2025-2/28/2026 This notice of intent to award a sole source contract is NOT A REQUEST FOR COMPETITIVE PROPOSALS. A SOLICITATION WILL NOT BE ISSUED. However, in accordance with FAR 5.207(c)(16)(ii), all responsible sources that feel they can meet the Government's requirements detailed above may submit a capability statement which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements and include: the Unique Entity ID (UEI) and the Taxpayer Identification Number (TIN). All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on any responses to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research. All responses must be received by June 5, 2025, by 10AM EST, and must reference number 140D0425Q0377. Responses may be submitted electronically via email to: Alexandra_tsybulevsky@ibc.doi.gov / mike_mcguire@ibc.doi.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8173499d447e49a69db795524f292736/view)
- Record
- SN07450651-F 20250523/250521230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |