Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOURCES SOUGHT

A -- Enterprise Training Management and Delivery System (ETMDS)

Notice Date
3/13/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR HQ, 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_6FA8A
 
Response Due
4/3/2009
 
Archive Date
4/18/2009
 
Point of Contact
Point of Contact - Darrell Dodds, Contract Specialist, 703-602-9778<br />
 
Small Business Set-Aside
N/A
 
Description
SEA WARRIOR PROGRAM OFFICE PMW240 1.1 DESCRIPTION The Space and Naval Warfare Systems Command (SPAWAR), in support of the Sea Warrior Program Office (PMW 240), is seeking information regarding the Commercial Off The Shelf (COTS) or Government Off The Shelf (GOTS) options to replace the Navys existing eLearning capabilities, possible approaches to implement the remaining Enterprise Training Management and Delivery System (ETMDS) Functional Area Description Document (FADD) requirements, and respondents capability to successfully meet all ETMDS FADD requirements. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expense. Submissions will not be returned. Small Businesses having the capabilities to perform the tasking below are encouraged to reply to this RFI. Failure to respond to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov and the SPAWAR E- Commerce Central website at https://e- commerce.spawar.navy.mil. The information provided in this RFI is subject to change and is not binding on the Government. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 1.3 BACKGROUND Navy eLearning provides access to training, education, and professional development information services to authorized users. These authorized users include Department of Navy (DoN) active duty and reserve component personnel, Naval Academy midshipmen, delayed entry program personnel, Navy Medal of Honor and disabled American veterans (disabled status must be in DEERS), DoN civilian employees (civil service), Navy and Marine Corps military retiree personnel, and qualified family members (dependents in DEERS) of DoN active duty, reserve and retiree personnel. In order to execute eLearning, the Navy currently uses a COTS Learning Management System (LMS) called TrainingServer, Version 5.3.1, originally developed by THINQ Learning Solutions (now SABA Software, Inc.) to manage and track self-paced computer based training. The LMS provides the vehicle and the means for DoN personnel to access training content anywhere there is an Internet connection. Training includes recruit, specialized skills, pre- commissioning for officers, warfare specialty, and fleet individual and team training. The current system architecture is a network of training components that provides a functional and interoperable means for training internally from the Navy Non-Secure Internet Protocol Router Network (NIPRnet), as well as, externally from the Internet. The LMS environment is for operation within the CONUS. System components are located in existing computer facilities within the CONUS. The enterprise hub of the entire network resides at the Saufley Field Data Center, Naval Education and Training Professional Development and Technology Center (NETPDTC), Pensacola, Florida. 2.1 LOCATION It is anticipated that the ETMDS will reside at a Defense Enterprise Computing Center NAVY (DECC-N). 2.2 DELIVERY PERIOD Phase I requirements, described in the attached ETMDS FADD (Attachment A) and Matrix (Attachment B), are anticipated to be delivered in accordance with the attached draft ETMDS Phase I schedule (Attachment C). Complete implementation of the remaining ETMDS FADD requirements are anticipated to be delivered as funding becomes available, projected to be no sooner than FY12. 3.0 RESPONSES 3.1 Interested parties are requested to respond to this RFI with a white paper. 3.2 White papers in Microsoft Word for Office 2003 compatible format are due no later than 3 April 2009 17:00 EST. White papers shall be limited to 35 pages, less than 10MB in size, and submitted via e-mail only to Darrell Dodds, PCO, darrell.dodds@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information from non-proprietary information in your response. Please be advised that submissions will not be returned. 3.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail address of designated point of contact. 3.3.2 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran- owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $25.0 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondents are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 3.3.4 The facility security clearance level of the respondent. 3.4 Section 2 of the white paper shall address the following topics: a) Corporate experience with deployment of DoD or federal Human Capital Management solutions with demonstrated usage of 100,000 registered users and evidence that the system could scale up to a minimum of 850,000 registered users, with concurrent usage ranging between 5,000 and 8,000, AND large scale eLearning Systems Integration and Deployment on a nationwide or global scale. 1) The respondent shall succinctly describe their demonstrated experience in accordance with both of the above listed criteria and provide following information to substantiate their experience: (a) Contract Numbers and Award Dates; (b) Procuring Agency/Commercial Activity Name; (c) Procuring Agency/Commercial Activity Point of Contact and (c) Dollar value of the contract b) Description of the COTS/GOTS product that will meet the requirements of ETMDS Phase I and how it is capable of future expansion to meet remaining ETMDS FADD requirements as identified in Attachments A and B. Respondents shall include, as part of their white paper, an annotated copy of Attachment B (Matrix) indicating which ETMDS Phase 1 and Phase 2 capabilities would be satisfied via their proposed solution. This annotation shall be based on the capabilities inherent to the existing, unmodified version(s) of the application(s) identified as part of their proposal. c) COTS/GOTS software license pricing structure for all license types, COTS/GOTS software maintenance pricing structure, published price lists for commercial technical and systems engineering support labor, and COTS/GOTS software customer support policy. d) Proposed approaches to implement ETMDS FADD Phase I and the remaining ETMDS FADD requirements as identified in Attachments A and B. 4.0 INDUSTRY DISCUSSIONS SPAWAR representatives may or may not choose to meet with respondents to this RFI. Such discussions would only be intended to get further clarification of the information provided. 5.0 QUESTIONS Questions regarding this announcement shall be submitted by e- mail to the Contracting Officer at darrell.dodds@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the SPAWAR E-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 25 March 2009, 1700 EDT will be answered. To access the SPAWAR E-Commerce Central website, go to https://e- commerce.spawar.navy.mil. Click on Headquarters, then Market Surveys to view other important information related to this RFI. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on https://e- commerce.spawar.navy.mil/. 6.0 SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential sources that may be able to provide future Navy ETMDS requirements. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Submissions will not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2155de5dd9373e9613d46f62318b6b7e&tab=core&_cview=1)
 
Record
SN01768963-W 20090315/090313220028-2155de5dd9373e9613d46f62318b6b7e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.