SOURCES SOUGHT
U -- Sources Sought for Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Re-compete for Computer Based Instructional Development (CBID) Services
- Notice Date
- 6/29/2012
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK12CONJCSSCBIDII
- Response Due
- 7/27/2012
- Archive Date
- 9/25/2012
- Point of Contact
- H. David Carter, 407-208-5617
- E-Mail Address
-
PEO STRI Acquisition Center
(harrison.d.carter@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is seeking capability information from industry for consideration during development of an acquisition strategy to obtain necessary personnel, material, equipment, facilities, and services to support the development of computer-based training and educational products. This initial sources sought announcement seeks responses from U.S. Small Business Administration (SBA) 8(a) certified companies capable of successful performance on a services type contract over $4 million dollar and/or Products/Manufacturer contract over the $6.5 million thresholds The following identifies the business areas for which the requirements apply. a. Courseware and Interactive Multimedia Instruction (IMI) designed, developed and evaluated utilizing accepted Instructional System Design (ISD) standards. b. Training devices designed, developed, tested, and verified, including upgrades to existing systems and associated software. c. Design, installation, and implementation of Automated Electronic Classrooms (AEC). d. Analyses specific to human performance improvement interventions, such as Job Task Analysis and Cost Benefit Analysis. e. Infrastructure support for distributed training and PC-based simulations. The anticipated Computer Based Instructional Development II (CBID II) contract will be used by PEO STRI to provide training of our Warfighters at home station and while deployed. The SBA accepted the original (current) requirement on behalf of an Alaska Native Corporation (ANC) concern. A 100% 8(a) Small Business Set-Aside competition is anticipated, leading to an anticipated award of an Indefinite Delivery/Indefinite Quantity (ID/IQ) single award contract having a period of performance of five (5) years. The Government seeks a highly qualified contractor capable and having a track record of rapidly and credibly providing task-specific CBID solutions, in the form of a broad range of training systems and products, to meet Warfighter training requirements. The specific work to be performed will be ordered by issuance of delivery/task orders and/or Performance Specification/Training System Requirements Document (TSRD) for each specific requirement. PEO STRI intends to procure the following services under a single award ID/IQ contract: a. Services and Products to include: (1) All phases of the Instructional Design Process (2) Job Task Analysis (3) Cost Benefit Analysis Plans (4) Interactive Multimedia Instruction (IMI) (5) Web Based Training (WBT) (6) Instructor Led Training (ILT) (7) Interactive Electronic Technical Publications (IETPs) (8) Job Aids (9) Electronic Performance Support Systems (EPSS) (10) Real-Time Simulation (11) Intelligent Tutors (12) Tele-training/teleconferencing (13) Automated Electronic Classrooms (AEC) (14) Training Support Packages (TSPs) (15) Infrastructure components of distributed training (learning management systems, repositories, registries, etc.) (16) Infrastructure support for distributed training and PC-based simulations (17) Maintenance for distributed learning courses and courseware components to provide for rapid update to address short- term emerging requirements. (18) Conversion of existing classroom-based courseware to dL and converting existing dL products to other delivery technologies and tools. (19) Emerging technology requirement to make learning available using mobile technologies. This includes technology platforms such as eBooks, tablet computers, cell (smart) phones, etc. b. Desk Top Trainers to include: (1) Operator and Procedure Trainers (2) Operational Flight and Weapons System Trainers (3) Tactical Team Trainers (4) Mission and Tactics Trainers (5) Maintenance Trainers (6) Part Task Trainers. c. Organic (Embedded) Trainers The focus of the contract is to ensure rapid, cost effective and streamlined contracting for delivery of high quality training products to meet the immediate needs of the Warfighter. This will provide the PEO and its customers with direct access to a broad array of innovative and creative potential providers in the areas above. Additional Information: In performing this contract, the Contractor will have the requirement to receive and generate classified material. The contractor will require access to a contractor owned/managed Sensitive Compartmentalized Information Facility (SCIF) to process up to Secret/SCI and Non-SCI Intelligence information, North Atlantic Treaty Organization, and For Official Use Only (FOUO) information. The contractor may be required to have a TOP SECRET facility clearance with SECRET safeguarding capability limited to 2 cubic feet of material/documents. Additionally, Contractors will be required to adhere to TEMPEST requirements under this contract. NOTE: NAICS Code being considered for this requirement is 541519, Other Computer Related Services. Your response shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Sources Sought articulate their capabilities clearly and adequately. Some Contractor personnel will require TS/SCI, but all must have, as a minimum, a SECRET clearance working classified task orders. Additionally, please provide the following company specific information: a. Your Central Contractor Registration (CCR) number, Commercial Government Entity (CAGE) code number and DUNS Number b. Your company name, as listed in CCR to include doing-business-as (dba) information. c. A point of contact (POC) name, telephone number and e-mail address. Market Research Questions: a. What contract type would you recommend for the ID/IQ contract? Please provide the rationale for your recommendation. The Government is leaning toward Firm Fixed Priced (FFP) labor and COST type contract line item numbers (CLINs) for travel and Other Direct Costs (ODCs). b. What recent relevant performance (past three (3) years) and/or current work experience does your company have performing to deliver the services and products (to include desktop trainers identified above on Government contracts of this magnitude and scope? An agency may properly consider the experience or past performance of parent or affiliated companies and as such, all past performance will be identified as to the parent company submitting response or an affiliated or sister company. Give specific examples. c. Explain the composition of your company and define the team(s) you would use to provide sufficient numbers of subcontractors (large and small) to deliver required CBID II products in an efficient and effective manner. d. Is your company capable of providing qualified and experience personnel at appropriate security levels? Please explain. e. Small businesses must comply with FAR 52.219-14 - Limitation of Subcontracting, regarding contract performance (at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern). Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform the variety of tasks of varying complexity while performing at least 50 percent of the work? Please explain. f. If the Government considers "package pricing" of the levels and types of products, such as one (1) hour of Level 1, Level 2, Level 3 and Level 4 courseware = $X,XXX.00 development cost as referenced in existing DoD guidance, what type CLIN structure would you recommend? Please provide any other applicable comments or recommendations not addressed in the foregoing. g. Explain your capability and capacity to properly handle and control classified documents or by what means would you secure such facilities? h. Explain your process for securing supplemental staff and other resources necessary to successfully perform on a potential contract, on occasions when presented with multiple requirements. Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be borne solely by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and samples if submitted shall be at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Response Information Format: Preferred method of submission is hardcopy, but email submissions are acceptable. Please use Microsoft Office 97-2003 compatible (.xls,.doc or.ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material samples will not be accepted. Information papers may be submitted in a white paper format. Limit responses to 30 pages, excluding graphs/charts, or pictures. Please submit all information to ensure receipt by a POC identified below not later than by 4:00pm (EST), Friday, 27 July 2012. Information papers must be submitted as either hard copy or email to the point of contact for this action Mr. H. David Carter, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826 e-mail: harrison.d.carter@us.army.mil. An additional point of contact for this action is Ms. Dani Cador, email: Danielle.n.cador@us.army.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Respondents will not be notified of the results of this survey or results of information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12CONJCSSCBIDII/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02791016-W 20120701/120629235424-fbe4b39eb766422b4418e19934325624 (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 |