Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2014 FBO #4463
SPECIAL NOTICE

70 -- Request for Information

Notice Date
2/10/2014
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S014RFI2DLS
 
Archive Date
2/10/2015
 
Point of Contact
Robin, 757 501-8128
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(robin.l.kemp-tate.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is a request for information (RFI) and is not a request for proposals (RFP). The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. In accordance with FAR 15.201(E), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Description The Mission and Installation Contracting Command Center-Fort Eustis (MICC-Eustis) is seeking information on approaches and methods that can be used to remotely manage Digital Training Facilities (DTF) for the Product Director Distributed Learning System (PD DLS) located at 11846 Rock Landing Dr, Newport News, VA. The DLS is described at https://www.dls.army.mil. The Army is seeking market research, potential sources, and best practice information to remotely manage 215 DTFs located at 88 geographically separated locations throughout the world. The DTF is a digital class room supporting up to 12 students at Reserve Component locations or up to 16 students at Army Active installations. The DTFs supports collective (group) training by providing classroom style environments. DTFs provide networked computers that support digital training, Video Tele-training equipment supporting courseware transmission from remote sites, and servers to interface Army intranets and the internet. DTFs also provide individual Soldiers with an on-base location to access web-based, job related and professional courses. The DLS network is centrally managed through an Enterprise Management Center (EMC) located on Fort Eustis, VA. A Government Distributed Learning Point of Contract (DLPOC) is appointed at each location. All DTF equipment and furnishings are currently provided by the Government. Security cameras with remote monitoring capability are installed in each DTF. Current Operations: The DLS currently provides an on-site DTF Manager (DTFM) at each location to support the DTFs. The DTFM manages the DTF by scheduling user training, controlling access to the facility, inventorying the DTF equipment, and ensuring the facility is maintained in a neat and orderly configuration. The DTFM performs daily operational checks and reports equipment troubles to the EMC (and the local DL POC), assists (and under instructions from the EMC) validates/corrects system and equipment troubles, coordinates on-site support for periodic equipment/facility upgrades, and provides support materials (e.g. printer supplies). The DTFM validates the credentials (common access card (CAC) and other personal identification) of new users of the DTF, submits a request for a user ID to the EMC, and enters the DTF domain on the user's CAC. The DTFM also assists new users of DTF equipment to access the DLS network as well as helps the user to locate and navigate on-line training courseware. The DTFM promotes the capabilities of the DLS and DTF to encourage usage of the facilities by local Army units and personnel. The DTFM also collects and reports data on facility usage. Submission Instructions: 1. The responses to this RFI are not expected to be proposals, but rather information regarding the company's ideas and approaches in relation to the above information. 2. Please provide a point of contact (POC) name, telephone number and e-mail address, and your company's capability to provide the RDTFM. Responses to this RFI should be concise and limited to include only the most relevant material. Your response must be presented in sufficient detail for the Government to determine whether a RDTFM solution is a viable and feasible solution for the requirement. Your response must be presented in sufficient detail for the Government to determine that your RDTFM solution meets our expectations and your company possesses the necessary functional area expertise and experience to support this acquisition. Identify any previous experience providing remote management of training offered remotely, through the internet and use of other distance learning techniques to facilitate the delivery of high quality content and information to a wide range of audiences at distant, multiple locations through electronically mediated information and instruction of students who are separated geographically from their instructors and trainers, or educational facilities and any existing off-the-shelf products, or what cutting-edge approach to RDTFM training using state-of-the-art techniques and tools, such as video, audio -graphics, computers, multimedia, and other interactive technologies, any new and innovative RDTFM services available. Also address your ability to modify your proposed off-the-shelf product and customize your solution to meet the RDTFM requirements. Please identify the degree of customization, if any, that your product or set of products will require in order to meet the Government's requirement. Describe generally accepted business practices that differ from standard Government practices. What would the estimated pricing structure for a one base year, plus four (4) option years be? 3. All interested parties capable of providing the required services are invited to respond. Respondents are requested to submit responses electronically via email. Files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB. All responses shall contain UNCLASSIFIED material only. 4. Your response may include questions or clarifications that may need to be addressed by PD DLS in procurement documents. Your response should not exceed 10 pages, each single side counting as one page, 8.5 inches x 11 inches, with one-inch margins, and font no smaller that 12 point. Proprietary information, if any, must be clearly marked. Be advised that all submissions become Government property and will not be returned. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the results of the Government's review of the information received. 5. Responses are due 28 February 2014, by 2:00 PM EST. The deadline for questions is 14 February, by 11:00 AM EST. Telephone calls regarding this RFI will not be accepted. All responses and inquiries to this RFI must be emailed to: Ms. Robin L. Kemp-Tate, Contract Specialist, robin.l.kemp-tate.civ@mail.mil, and cc: Ms. Jacki Alford, Contracting Officer, jacqueline.f.alford.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd451b83ab4222cd3cfebafef30aed99)
 
Record
SN03285287-W 20140212/140210234539-bd451b83ab4222cd3cfebafef30aed99 (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.