Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2003 FBO #0542
SOLICITATION NOTICE

A -- White Papers for HLA/SCORM Project

Notice Date
5/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N6133901R0023
 
Response Due
6/10/2003
 
Archive Date
6/25/2003
 
Point of Contact
Debra Leuschel, Contract Specialist, Phone 407-384-3624, Fax 407-380-4164, - Vanessa Dobson, Contract Specialist, Phone 407-380-4348, Fax 407-380-4164,
 
E-Mail Address
debra_leuschel@peostri.army.mil, vanessa_dobson@peostri.army.mil
 
Description
Broad Agency Announcement (BAA), N61339-01-R-0023, was issued in the CBD on 1 March 2001, by U. S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI). This notice calls for White Paper Submissions in reference to this effort, entitled High Level Architecture (HLA)/Sharable Content Object Reference Model (SCORM) Project. POC: Ms. Susan Marshall, Joint Advance Distance Learning (ADL) Co- Laboratory , Project Lead. E-mail: Susan_Marshall@peostri.army.mil (email contact preferred). Contractual point of contact: NAWC-TSD Contracts Office, Attn: Ms. Debra Leuschel, Senior Contract Specialist, Code 25353, 12350 Research Parkway, Orlando, FL 32826 or Ms.Vanessa Dobson, Procuring Contracting Officer, Code 25353, 12350 Research Parkway, Orlando, FL 32826. OBJECTIVE: Development of a prototype system that demonstrates a richer, more robust learning environment in which active interaction with HLA-compliant simulations supports SCORM-conformant instruction. ACQUISTION INFORMATION: In order to accomplish this, The document ?ADL/HLA Integration Research Blueprint? is provided for detail. The Blueprint is available at http://www.jointadlcolab.org. The Offeror shall develop a Class 1 or 2 prototype as described in the referenced document. DESIGN CRITERIA: (1) Offeror shall provide brief description of final deliverables; (2) The Offeror shall employ an existing credible HLA-compliant simulation asset in the development of this prototype. Development of a simulation from scratch for purposes of this prototype will not be accepted. (3) Content shall be of sound instructional design. (4) The Contractor shall employ an existing Learning Management System (LMS) that minimally conforms to Sharable Content Object Reference Model (SCORM) version 1.2 as described in the appropriate documents at www.ADLnet.org. As an option, the Joint ADL Co-Lab may provide as GFI the Atlas Pro Government-Off-The Shelf (GOTS) LMS product. Development of an LMS from scratch for purposes of this prototype will not be funded. (5) The Offeror shall address Use Case 1 or 2 per the referenced document. Addressing Use Case 3 or developing another use case may facilitate a better design is also encouraged. (6) At a minimum, the development of a Sharable Content Object (SCO) that conforms to the specifications of SCORM 1.2 is required. The use of draft SCORM 1.3 is encouraged if an LMS can be identified to support it. INSTRUCTIONS: White papers must address all design criteria and shall not exceed 10 pages in length, to include all pages. White papers shall contain a rough order of magnitude (ROM) cost estimate. Only unclassified white papers will be accepted. The white papers will be reviewed to determine that the proposed effort is within the scope and interest of this research. Proposals will only be solicited from white papers deemed to best meet the program objectives. Subsequently, offerors will be notified whether or not their white paper was favorably received. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or part. White papers will be evaluated by a technical review board considering the following criteria listed in descending order of importance: (1) innovative and creative technical approaches; (2) understanding of the technical issues and risks; (3) soundness of the technical and management approach; (4) offeror's relevant experience, facilities and availability of qualified, experienced technical personnel; (5) organization, clarity and thoroughness of the proposal. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. This announcement solicits white papers from the widest number of offerors, including qualified corporations, research centers, universities, FFRDCs, and DOE laboratories. Offerors are encouraged to provide other creative and /or innovative ideas/solutions to stated objectives contained in this announcement as part of the white paper approach. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitute the Government's solicitation for this effort. Any awards resulting out of this announcement may take the form of traditional FAR/DFARS type contracts, cooperative agreements and Other Transaction Agreements. It is the policy of this agency to treat all white papers/proposals as competitive information, and to disclose the contents only for the purposes of evaluation. The Government intends to use non-government personnel of ALION, Inc. located in Orlando, FL as special resources to assist with the logistics of administering the proposal and providing selected technical assistance related to the proposal. Support personnel are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign the Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractor personnel for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. WHITE PAPER/PROPOSAL SUBMISSION: White paper submissions are encouraged as early as possible but must be received at ADL Joint-Co-Lab no later than 10 Jun 2003, 1630 EST. No extensions will be granted. The White Paper length is limited to 10 pages total, to include all pages. To be eligible for award a white paper must be submitted. Offerors not submitting a white paper will not be eligible to receive an award. Favorable notification of white papers will be accomplished on or about 20 June 2003. Upon notification, the Government will issue a request for proposal letter to the qualified offerors, who best meet the program objectives. Proposals must be submitted in accordance with the Proposal Preparation Instructions that will be furnished in the request for proposal letter. Proposal will be due on or about 18 July 2003, with an anticipated award on or about 15 August 2003. Proposals that do not meet the specified format described in the request for proposal letter will not be considered for award. Proposals submitted by fax or electronic mail will not be considered. Technical questions regarding this requirement should be directed to either Ms. Susan Marshall (407) 384-3817 or Mr. Steven Hicks, Support Contractor, ALION, Inc (407) 384-5276. A Frequently Asked Questions (FAQs) compilation including responses will be posted on http://www.jointadlcolab.org . Be advised that periodic access to http://www.jointadlcolab.org is essential for obtaining updated documentation and the latest information regarding this requirement. This announcement is an expression of interest only and does not commit the government to reimburse any white paper/proposal preparation cost for responding. The cost of white paper/proposal preparation in response to this announcement are not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Any request for white paper or submission of a full proposal does not guarantee award. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. SPONSOR: Joint ADL Co-Lab, 13501 Ingenuity Drive, Suite 248, Orlando, FL 32828. MAIL WHITE PAPERS TO: Ms. Susan Marshall, 13501 Ingenuity Drive, Suite 248, Orlando, FL 32828. Technical Questions should be directed to either Susan Marshall, Phone 407-384-3817, Email: Susan_Marshall@peostri.army.mil or Mr. Steven Hicks, Support Contractor, ALION, Inc (407) 384-5276. Fax 407-384-5276. Contractual questions should be addressed to Ms. Debra Leuschell, Senior Contract Specialist, Phone (407) 384-3624, email debra_leuschel@peostri.army.mil or Ms. Vanessa Dobson, Procuring Contracting Officer, Phone (407) 380-4348, vanessa_dobson@peostri.army.mil Fax number: (407) 380-4164
 
Record
SN00331776-W 20030525/030523213556 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.