SOLICITATION NOTICE
U -- WEB-BASED TRAINING MODULE
- Notice Date
- 3/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- DG1350-09-RQ0847(GJB)
- Archive Date
- 4/9/2009
- Point of Contact
- Georgia J. Barrett,, Phone: 301-713-0838, x 133, Sandra K Souders,, Phone: 301-713-0820 x141
- E-Mail Address
-
jean.barrett@noaa.gov, sandra.k.souders@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation document incorporated the Statement of Work, provisions and clauses. The provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. NAICS number is 541512. Business Size Standard is $23.0 Million. The Government intents to award a Firm Fixed Price order full and open competition or best value to the Government. 1.0 Background Information Market Access and Compliance (MAC) requires the design of a web-based learning module to enhance the quality and efficiency of international business skills for its International Trade Specialist staff. The training will focus on the four following regions: Asia, Africa, the Middle East, Europe and the Western Hemisphere. 2.0 Purpose and Objectives 2.1 MAC Staff is required to provide effective information regarding trade to senior Commerce officials on highly complex country and issue specific topics. In addition, MAC responds to many agency wide requests. Therefore, there is a great need to produce briefing and trade documents with a short turn-around time. In order to maintain the quality of work, MAC would like to develop this web-based learning module as a resource for its Trade Specialist staff. 2.2 This learning module will be beneficial and will establish skills toward each employee's Individual Development Plan and MAC learning and growth. 3.0 Statement of Work 3.1 The contractor must develop a web-based module for MAC International Trade Specialist staff. Format must be mutually designed by contractor and MAC. The module must be compliant with Section 508 regulations/standards. 3.2 The contractor must be responsible for developing drafts, storyboards, and a test pilot for MAC review; based on the content developed with MAC subject matter experts. 3.3 The contractor must host a website for MAC pilot testing. 3.4 The contractor must meet with MAC staff to discuss feedback on drafts, storyboards, and pilot test. 3.5 The contractor must be responsible for incorporating feedback from MAC into drafts, storyboards, and pilot test. 3.6 The contractor must finalize the course based on the agreed-upon changes from test pilot. 3.7 The contractor must provide training methods and approaches to MAC on how to best utilize the learning module, and help inspire creative content from MAC. 3.8 The contractor must provide MAC the ability to do "in-house" editing of content via web based editing tools. 3.9 Upon completion of learning module, the contractor must provide support in the form of content factual updates and trouble-shooting any technical malfunctions with the program for one year. 3.91 Content provided by MAC is considered USG intellectual property. 4.0 Government Furnished Resources 4.1 MAC must provide course content. 5.0 Deliverables and Delivery Schedule 5.1 The contractor must provide all necessary materials for course development and instruction. 5.2 Delivery schedule is listed below. 6.0 Place and Period of Performance 6.1 Washington, DC 6.2 Period of performance will be May 1, 2009 through April 30, 2011 Date Deliverable Payment 5/15/09 Meet with MAC to discuss web-based module 6/15/09 Web-based module format finalized. Content provided by USG/MAC. $ 7/15/09 First draft of web-based module delivered to USG/MAC. Schedule and meet with USG/MAC to discuss feedback. Incorporate feedback into draft. 9/1/09 Second draft of web-based module delivered to USG/MAC for review. Upon approval by USG/MAC, contractor to begin development of storyboards. $ 10/15/09 First draft of storyboards delivered to USG/MAC for review. Schedule and meet with USG/MAC to discuss feedback. Incorporate feedback storyboards. $ 12/1/09 Submit second draft of storyboards to USG/MAC for approval. Begin development of pilot to be hosted on contractor website. $ 2/15/10 Submit pilot to USG/MAC for review and testing. Discuss best practices for utilizing learning module. Schedule and meet with pilot group to discuss feedback. $ 3/15/10 Incorporate feedback into test module. $ 4/1/10 Submit final module for testing by USG/MAC. $ 4/15/10 Schedule and meet with USG/MAC to make any changes. $ 4/30/10 Delivery final module to USG/MAC for use. $ 5/1/10-4/30/11 Provide miscellaneous edits $ The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the required information for evaluation may render the offer non-responsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended. 52.227-14 Rights in Data General (Jun 1987). FAR Clause 52.217-9 Option to Extend Services. The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, Printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; Security Requirement Information Technology Resources. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC site(low and moderate risk contracts); Complete 1352.239.74 (OCT 2003) Security Requirement Information Technology Resources. The period of performance for this effort is for twelve (12) months from date of award for the base year and two Option Periods Offerors are advised to submit all questions via in writing only in a email to G. Jean Barrett no later then 10:00 am Eastern Standard Time, Thursday, March 19, 2009. Answers to questions received within the specified date/time will be posted to FedbizOpps. Capability statements and related materials must be e-mailed to Jean.Barrett@noaa.gov or faxed to (301)713-0810 by March 25, 2009, on or before 10:00am Eastern Standard Time. Please note, it is the offeror's responsibility to ensure/verify the Government receives their submission on or before the time specified. Reference # DG1350-09-RQ0847(GJB).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e223b315cec3cc2ba947a3821027b34&tab=core&_cview=1)
- Place of Performance
- Address: U.S. DEPT. OF COMMERCE, ITA/MAC/OAS, HCHB, 1401 CONSTITUTION AVENUE, N.W, WASHINGTON, District of Columbia, 20230, United States
- Zip Code: 20230
- Zip Code: 20230
- Record
- SN01767766-W 20090314/090312215434-9e223b315cec3cc2ba947a3821027b34 (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 |