Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOLICITATION NOTICE

70 -- Learning Management System (LMS) - RFQ

Notice Date
6/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOSCO9RC028
 
Archive Date
7/28/2009
 
Point of Contact
Stephanie Smith, Phone: 614-693-5574, Alan K. Luich, Phone: 614-693-8991
 
E-Mail Address
stephanie.smith@dfas.mil, alan.luich@dfas.mil
(stephanie.smith@dfas.mil, alan.luich@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for quote for Learning Management System (LMS) Request for Quote (RFQ) Title of Requirement: Learning Management System (LMS) Issue Date: June 29, 2009 Issued by: Point of Contact: Stephanie Smith DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 693-5574 Facsimile Number: (614) 693-5674 Email Address: stephanie.smith@dfas.mil Alternate: Alan Luich Email Address: alan.luich@dfas.mil Telephone Number: (614) 693-8991 Furnish quotes to this POC on or before the closing time/date of 1:00 p.m. EST on July 13, 2009. Facsimile and e-mail quotes are acceptable and preferred. The contract type is: Firm Fixed Price 1. Description/Intent of Work to be performed: The intent of the Agency is to purchase a Learning Management System (LMS) based on the attached statement of work. The Government intends to award a single firm fixed price order/contract. 2. Location of Work to be Performed: Defense Finance and Accounting Service (DFAS), Columbus, Ohio. 3. Anticipated Period of Performance or Delivery Schedule: August 1, 2009 through July 31, 2010 and includes four one year option periods. 4. List any applicable standards: See the statement of work. 5. List any Acceptance Criteria: Not applicable. 6. Basis for Selection: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers will be technical capability, past performance and price. (a) Technical Capability – Each quote shall contain information related to its proposed LMS system capability and performance specifically demonstrating the system’s ability to best meet the Government’s needs as described in the SOW, particularly the requirements identified in paragraph C.3.1. The Government will evaluate the system using the information provided by the offeror. (b) Past Performance – Each quote shall identify federal Government (preferable), other Government, and/or non-Government contracts that have been awarded to the company for the same or similar (scope as defined in the SOW) type work within the last five years. Past performance, in terms of both similarity and quality of performance shall be used as a factor for selection. The Government may consider customer surveys and other sources of past performance information. Included in the quote shall be, as a minimum: 1. Contracts: The contract number, the awarding office, the contracting officer and telephone number, the contract administration office if different than that of the awarding office, and the Contracting Officer’s Representative (COR) or Contracting Officer’s Technical Representative (COTR), if applicable, or customer technical representative. 2. Other than Government contracts: Program manager and or sponsor and telephone number, agency or company name, location, type of work performed and duration of the relationship with the client. The Government may also contact previous customers not identified in the contractor’s quote for past performance information as well. (c) Price – This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of the following proposed Contract Line Item Numbers (CLINs): CLINsItemsPeriod of PerformanceUnit PriceTotal 0001Learning Management System (LMS) Application Price: Capability: 5000 Users 12 Months (ADO) 0002Learning Management System (LMS) Functional & Technical User Manuals 12 Months 0003Learning Management System (LMS) Training Price: 10 Users - one time charge 12 Months 0004Base Year Maint. 5000 User Licenses (If Priced separately otherwise mark N/A included in price for CLIN 0001) 12 Months 00051st Option Year Maint. 5000 User Licenses 12 Months 00062nd Option Year Maint. 5000 User Licenses 12 Months 00073rd Option Year Maint. 5000 User Licenses 12 Months 00084th Option Year Maint. 5000 User Licenses 12 Months Grand TotalN/AN/AN/A The contract shall be awarded based on the best value to the government, using the total proposed price as a consideration. All non-price factors combined are considered significantly more important than price. The Government will select the offeror which represents the best value on the basis of the factors described above. (d) Options – The Government will evaluate quotes for award purposes by adding the total price for all CLINs above, including options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. The Defense Priorities and Allocations System (DPAS) apply and the assigned rating for this requirement is DOC9. STATEMENT OF WORK (SOW) Learning Management System (LMS) C.0. GENERAL: The objective for this acquisition is to acquire a web based Learning Management System (LMS) to increase training opportunities and improve the knowledge, skills and abilities for the user communities in the Department of Defense (DoD) property management, and to provide a single, common infrastructure to manage learning and training initiatives across the organization. To achieve this goal, LMS software is needed to deliver electronic (e-) learning, with a secure login that will allow users access to property management courses, allowing multiple sessions, progress tracking and certification of training skills. The LMS shall allow managers to manage, track, and quantify all of the training, continuing education, employee development, certification, and other learning activities for the Defense Property Accountability System (DPAS) and Capital Asset Management System – Military Equipment (CAMS-ME) e-learning programs. C.1. SCOPE: The scope of the contract is to obtain a Commercial Off the Shelf (COTS) LMS software application with licenses for a minimum of 5000 concurrent users, training, post implementation support and associated documentation. The LMS will be used to support multiple government e-learning programs. The LMS will be installed by government personnel on a government owned server located at a government site. The DPAS government program support office is located at the Defense Finance and Accounting Service (DFAS) offices in Columbus, Ohio. C.1.2. BACKGROUND: The DPAS/CAMS-ME systems are currently utilizing an Angel LMS to provide e-learning for approximately 4500 students. It is operated on a single dual-core 2.2 gigahertz processor with 4 gigabytes of memory and requires less than 100 gigabytes of disk space. Current backups are taken manually. DPAS currently has approximately 92 shared content objects (SCOs) spread across 10 lessons within 30 courses. CAMS-ME currently has six lessons within one course. Courses, lessons and SCOs are added as needed to both systems. Both systems have a separate look and students are separated by curriculum, courses and lessons. Student access, based on job requirements, is provided through these categories. Student information including progress and competencies is maintained by the LMS. The current LMS is Section 508 and Sharable Content Object Reference Model (SCORM) 1.3 compliant. Negotiations are underway to add additional systems. C.2.0. APPLICABLE DOCUMENTS: C.2.1. Public law Section 508 1194.21, DoD Instruction (DoDI) 8500.2, Information Assurance Implementation C.3.0. REQUIREMENTS/TASKS: The LMS functionality requirements begin on the following page. C.3.1 The vendor shall provide a web based LMS with licenses for 5,000 users. The LMS functionality shall meet the requirements in the following table: Req. IDLMS Requirement 1.All LMS based functionality must operate via http protocol using Transport Layer Security (TLS) Protocol and its predecessor, Secure Sockets Layer (SSL), over port 443 except any operation accessible only to administrative staff that can be operated external to the LMS (such as reporting via a separate reporting tool). 2.The system shall permit secure user login and authentication using X.509 Client Certificates (DoD PKI), public key infrastructure standards and protocols. Supporting Documentation: http://iase.disa.mil/pki/faq-pki-pke-may-2004.doc http://www.dtic.mil/whs/directives/corres/rtf/852002x.rtf 3.The system shall provide administrator access to the system database, database schema, and API calls shall be provided. 4.The system must operate on a single dual-core 2.2 gigahertz processor with 4 gigabytes of memory and should require less than 100 gigabytes of disk space. 5.The system shall provide capability to be compatible with Windows Server 2003 or later version operating system. 6.The system shall provide be supported by the following database - Microsoft SQL Server 2005 or later version using Windows authentication. 7.The system shall operate under the control of Microsoft web server software “Internet Information Server” (IIS) version 6. 8.The system shall be able to accommodate, at a minimum, 5000 active users at any given time. 9.The system shall be a Section 508 compliant COTS LMS adhering to the Public Law 106-246, Rehabilitation Act Amendments of 1998 (29 U.S.C. 794(d)), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194). 10.The system shall provide the ability to expire seat licenses for re-use by other system users. Course history will be retained on these expired users. 11.The system shall allow for incremental seat licenses at quantities specified by the government. 12.The system shall provide multiple instances of same course with different instructors. 13.The system shall have the ability to support a different look and feel by user group, have the ability to separate users by curriculums, groups or catalogs and control the user's access based on these categories. 14.The system shall support content designed for SCORM 1.3 (SCORM 2004) compliancy. 15.The system shall provide the ability to hide and reveal course content and quiz's/quiz questions based on student actions/triggers in the course content. Hidden content should not be visible to the student until revealed by an action. It should not be accessible by table of contents, search or any other tool provided to the student. 16.The system shall provide a content repository or library for course content. Content can be updated in this central location and linked to multiple courses/sections. 17.The system shall provide unattended background course backup abilities for content and student history. 18.The system shall provide the ability to import SCORM 1.3 or IMS content packages. 19.The system shall provide a keyword search capability for course content at the Course, Lesson, SCO/Module and object level. 20.The system shall provide a print capability for course content at the Course, Lesson, SCO/Module and object level. 21.The system shall provide the ability to create custom reports. 22.The system shall provide the ability to create and access user defined variables. System Level The system shall reserve areas within the database structure for administrators to use to write/read site specific variable information at the student level. (Ten such user defined areas will be provided) Course Level The system shall provide the ability to create and access on the course level, variable individual student information. To include but not limited to: •Successful course completion as determined by test scores •Milestone/checkpoint completion •Personalized salutation •User ID •User Email 23.The system shall provide the ability to randomly select quiz questions by keyword from a common library or repository. 24.The system shall provide a quiz creation engine and the ability to import quiz questions from an external source. 25.The system shall provide tracking for item completion at the Course, Lesson and SCO/Module level. Course- composed of >Lesson's- composed of >SCOs - Module's - composed of > objects (quizzes, html, swf, wav, gif, jpg, png, …) System should provide a visible indicator of student's course completion progress. These indicators should roll up from the lowest course component (SCO/Module) and be visible to students, instructors, mentors, and administrators. 26.The system shall retain course history. This history will be retained and accessible after courses are retired or removed. 27.The system shall provide standard student, mentor, instructor, group and overall training reporting capabilities. •To include but not limited to: •Course Level/Group Level/System Level •-Transcripts •-Activity Logs •-Attendance •-Posts •-Grades •-Milestones •-Mail •-Submissions •-Roster •-Gradebook •-Curriculum •-Catalog 28.The system shall be able to provide import capability of existing LMS (Angel) users and their progress/status. 29.Should be able to accommodate and track self-paced and blend training methods. 30.The system shall allow for web-based administration of users, content, and a graphical user interface (GUI). 31.Must not require any additional add-on software installation beyond the following: •Adobe Reader •Adobe Flash Shockwave •Microsoft Windows Media Player 32.Support for various file types including but not limited to: •SCORM files •Non-SORM files •Web pages •MS Office files •Acrobat files •Adobe Flash/Shockwave files •Video content 33.Allow users to communicate and collaborate in a secure, interactive setting via standard https (port 443) communications, including, but not limited to: •News •Chat •Wiki •Collaboration •Blog •E-mail distribution by administrator defined grouping C.3.2 The vendor shall provide all functional and technical user manuals associated with the LMS in an electronic format. C.3.3. LMS e-Learning Designer /Administrator Training (optional CLIN): C.3.3.1. The vendor shall provide training to ten (10) database administrators and e-Learning designers on operation and functional use of the LMS. This training shall cover set-up, configuration, roles and responsibility assignments. The method of training is up to the contractor preference, training can be conducted in a classroom setting, online, etc. In the event the means of training should be on site the training shall be conducted at Defense Supply Center Columbus (DSCC), 3990 E. Broad St, Columbus, Ohio, 43213, and Monday through Friday during the normal business hours of 8:00 a.m. to 4:00 p.m. C.3.4. Post Award Support: C.3.4.1. The vendor shall provide maintenance and software upgrade support for one (1) year after contract award. C.3.4.1.1 The vendor shall provide LMS Installation support services. C.3.4.1.2 The vendor shall provide LMS functional user support services. C.3.4.1.3 The vendor shall provide LMS system and database administration support services. C.3.4.1.4 The vendor shall provide software upgrades. C.3.4. Post Award Support (OPTIONS): C.3.4.1. The vendor shall provide maintenance and software upgrade support in one (1) year increments up to four (4) years beyond the initial one (1) year maintenance period. The Government reserves the right to exercise this option from year-to-year prior to each option period. C.4.0. DELIVERABLES: DescriptionFormatDue Date LMS Application (License for 5,000 Users), SOW Paragraph C.3.1.As specified in vendor’s proposalWithin Ten (10) days after the date of award LMS Functional & Technical User Manuals, SOW Paragraph C.3.2Electronic format from vendorWithin Ten (10) days after the date of award LMS Training, SOW Paragraph C.3.3Vendor preference (This can be classroom, online, or other)Within Thirty (30) days after the date of award LMS Maintenance & Upgrade Support, C.3.4.1Vendor’s standard support formatFor a period of One (1) year after delivery of the LMS C.5.0 INSPECTION AND ACCEPTANCE: After the Delivery of the Learning Management System (LMS) the Government will inspect/test the LMS to ensure it is compatible with the Government System Architecture and that it meets the Governments needs from a functional perspective. The inspection and acceptance period will begin after receipt of the LMS from the vendor and will last for a period of Thirty (30) business days (hereinafter “Acceptance Period”). Receipt is defined as the time in which the Government gains full access to the LMS for its stated use (as defined in this SOW), whether accomplished on-line or by receipt of the software by mail or the point in time that the software is successfully loaded to the server for set-up, development and testing. The Government will notify the vendor when the acceptance period has officially begun. Acceptance of the LMS by the Government shall automatically occur after the passage of the Acceptance Period stated herein unless the Vendor is notified otherwise, by the Contracting Officer, in writing within the stated acceptance period. Within the 30-day acceptance period, if the Government determines the software does not meet its needs or is not satisfied with it for any reason, the Government will notify the vendor and return the software at no cost to either party. The vendor shall not invoice the Government until after the acceptance period or after receipt of the Government’s written acceptance, whichever comes first. The vendor agrees to these terms and understands that the Government has the right to return the software for any reason within the acceptance period with no further obligation to the vendor. In this case, the Contracting Officer has the right to issue a no-cost cancellation of the order. C.6.0. GOVERNMENT FURNISHED PROPERTY (GFP): The Government will provide a training facility/room at DFAS Columbus if applicable. C.7.0 GOVERNMENT POINT OF CONTACT (GPOC): Bob Musick DFAS Columbus Technology Services Organization Bldg 10-10-001 3990 E. Broad St. Columbus, OH 43213 Phone: 614-693-8452 e-Mail: bob.musick@dfas.mil C.8.0 PERIOD OF PERFORMANCE: The period of performance for this contract will be for one (1) year from the date of award. The one (1) year period of performance will cover the base maintenance period as identified in the deliverable table above. Other delivery requirements are also identified in the table. The overall period of performance also includes four (4) option year periods, successive from year-to-year, following the base year. The total maximum period of performance under this order if all option years are exercised is five (5) years. C.9.0 TRAVEL: Travel may be required in order for the vendor to provide LMS Training in accordance with SOW paragraph C.3.4.1. Any travel costs incurred will be reimbursed at cost in accordance with the Federal Travel Regulations (FTR), available at http://www.gsa.gov..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/EOSCO9RC028/listing.html)
 
Place of Performance
Address: Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN01860199-W 20090701/090630000850-2d30af9b7cb3c8fcffbeb4e69f475cf4 (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.