SOLICITATION NOTICE
D -- Learning Management System - Attachment A - Attachment B
- Notice Date
- 8/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-14-0050
- Archive Date
- 9/30/2014
- Point of Contact
- Myria Carpenter, Fax: 202-382-7870, Herman Shaw, Fax: 202-382-7870
- E-Mail Address
-
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B: Statement of Objectives Attachment A - Schedule Service and Price (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 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. (ii) Solicitation No. BBG50-R-14-0050 is issued as a Request For Proposal (RFP) for a Firm-Fixed price contract that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-76, dated July 25, 2014. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 541512. (v) The contractor shall provide the following Contract Line Item (CLIN): The Contractor shall furnish all necessary services to provide a Learning Management System (LMS) that meets the objectives as described in the Attachment B: Statement of Objectives. (vi) The Broadcasting Board of Governors requires a Contractor to implement a learning management system for the BBG which meets the established objectives in the Statement of Objectives. The BBG’s goal is to consolidate its training to a common management platform to include all BBG training activities, online and blended learning as well as internal and external classroom training. The desired system will allow for managing and monitoring of learning activities, while simplifying the end user experience. The selected system should facilitate ease of student enrollment, provide enrollment and completion data for all courses and participants, and provide reporting compatibility with Office of Personnel Management (OPM) approved Federal HR systems. See Attachment B for more details. (vii) The Start of Service (SOS) date is 30 days after contract award. The Base Period of the contract will be from the SOS Date and continue for 365 days (366 days in the event of a leap year). The subsequent Options, if exercised, will follow sequentially for a total contract duration not to exceed 63 months. <h4 style="mso-margin-top-alt: auto; mso-margin-bottom-alt: auto; mso-pagination: widow-orphan; page-break-after: auto;"> ( viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a proposal demonstrating their ability and experience in providing the required services. MANDATORY CONTRACTOR QUALIFICATIONS SHALL INCLUDE: A) The Offeror shall be regularly engaged in the providing a learning management system; B) The Offeror shall possess sufficient financial background and organization to insure satisfactory and timely performance. The Offeror shall have established an acceptable record in the past for completion of contracts of similar character and content; C) The Offeror must currently or have had in the last five (5) years more than three (3) current federal clients with similar LMS requirements; D) The Offeror shall have experience working with Office of Personnel Management (OPM) Enterprise Human Resources Integration (EHRI) reporting requirements and Federal Human Resources (HR) database systems; and E) The Offeror shall have more than three (3) years successfully providing LMS products/Services to Federal Agencies. OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER : 1. Offeror’s Proposal (one (1) original, three (3) copies of Technical Proposal and one (1) original, one (1) copy of Price Proposal). Price data shall not be referenced in Technical proposals. The Offeror shall structure its technical proposal to convey how the Company’s experience satisfies the mandatory qualifications in a straightforward and concise manner. The technical and price proposals must addresses the factors described below in (ix). The Price Proposal must contain a copy of Attachment A entitled “Schedule Service and Price” filled out by the Offeror. Also, offeror shall show how propose price was developed. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. In the event that the Government conducts discussions from Offerors who are determined to be in the Competitive Range in accordance with FAR 15.307, it is the intention of the Government to conduct discussion/negotiations either via email or at the BBG Headquarters in Washington, DC. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible Offeror (s) whose offer conforming to the RFP will be a best value to the Government, based on technical approach, experience, past performance and price. The Government intends to make a best value selection. All technical evaluation factors other than price, when combined, are significantly more important than price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) Technical Approach : The Contractor must provide a narrative detailing the approach that they will take to meet the objectives. The Contractor must illustrate its understanding of the objectives and its ability to meet the project goal stated herein. The technical approach factor has three (3) sub factors (a-c) that are listed as follows: a. Ability to provide training administration capabilities : The selected LMS should have the capability to: Consolidate to a common platform the capability to manage all BBG training activities internal and external training presented via online, classroom or blended learning. Host online learning courses, both internally developed and commercially prepared. Track completions and maintain records and statistics for each course offering and each participant. To have system compatibility with OPM approved HR systems to automatically generate and/or send required training completion reports to OPM HR database systems (DCPDS, NFC, etc.). Specifically, a system meeting these objectives shall: Accept Sharable Content Object Reference Model (SCORM) course content created from existing BBG in-house content development tools (Articulate) as well as commercial SCORM packages. Have the capability of auto enrollment for BBG’s student population base when new BBG mandatory training modules are introduced. Provide easy enrollment to and management of annually recurring courses without the need to re-create the course, but with current year participant statistics. Have enrollment management capabilities that include automatic waitlist for the course and inform the student when enrollment is complete. Manage employee Individual Development Plans (IDPs) and competency models. Simplify course reports and statistics for Individuals as well as their supervisors and Training/HR managers. Provide tracking of required training, generating reminders for non-compliance, and providing completion reports to designated compliance managers. Enable tracking of training done through multiple venues (i.e. classroom training, online training and external training sessions). Enrollment form SF-182 is automatically prefilled with course information (when assigned to internal courses) and student data. It should allow for a chain of approval and allow exceptions to the approval chain for instances such as when the supervisor is on leave. Support live distribution of video cast classroom training. b. Information Technology ( IT) systems administration requirements : The primary objective is consolidating to a common platform for managing and tracking all BBG training activities and to simplify BBG end users experience taking training with a single sign on. This would include: Simple login procedure (i.e. Use pass through or same login as BBG Active Directory & E-mail). Simplifying student population management (i.e. BBG’s LMS should mirror the population in the BBG Active Directory, with automatic synchronization for updates.) Synchronization of LMS calendar with SharePoint and/or Outlook calendars. Connectivity with SharePoint for enrollment forms, calendars, and notifications. c. End user experience: The selected LMS should provide a single source for enrolling in, tracking, and managing learning activities as well as maintaining their individual training record, certifications, and certificates. This would include: Ability to upload certificates from external training courses. Ability for employees to look at all their completed, scheduled, and planned training activities. Ability for managers to view their employees’ training records. Ability for managers to directly enroll their direct reports into specific, available courses. Capability for the employee to manage their IDPs and competency plans containing suggested and mandatory training. Capability for student to receive automatic e-mail reminders if training is not completed by a specified date. Provide a training environment that is fully accessible to remote BBG staff (i.e. those who do not utilize BBG’s network infrastructure or are working offsite). Ease of navigation and enrollment process for all types of learning activities. Ability to provide email reminders for courses self-enrolled in and for required training activities. 2) Experience : The Offeror shall provide recent examples (within the past five (5) years) demonstrating its experience in providing the services required under this Solicitation to federal agencies. Examples provided should be of the same and/or similar services specified herein. The experience factor has two (2) sub factors (a-b) that are listed as follows: a. Experience working with OPM EHRI reporting requirements and Federal HR database systems: The Offerer must explain their knowledge of, and experience in generating monthly training data reports compatible with OPM’s EHRI reporting requirements. They should demonstrate how their LMS has provided these reports for their other federal clients and how they were transmitted to OPM. b. Experience providing LMS products/services to Federal agencies: The Offeror should list other federal agencies using their system and for how long they have been working with them. The Offeror must explain what LMS services are they providing to the agencies. 3) Past Performance : The Offeror shall have demonstrated past performance in proving LMS services to federal agencies for more than five (5) years. Technical proposals shall contain detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance). The BBG shall evaluate the Offeror’s Past Performance pursuant to FAR 15.305(a)(2). Each Offeror’s Past Performance shall be determined to be favorable or unfavorable. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE PRICE PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: Price Proposal : Offerors shall submit a separate Price Proposal showing an all-inclusive price of implementing and maintain a LMS for the agency. In responding to this solicitation, interested parties are requested to submit price quotations specifying the cost for the base period including any one-time or set-up expenses along with a total price for the base period as well as each option period. The prices shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled “Schedule Service and Price” filled out by the Offeror. The Price Proposal will be evaluated for price reasonableness and price completeness. Offerors are cautioned that failure to address each of the above technical factors (and subfactors) and price factors may deem their proposal unacceptable. Proposals which are non-conforming will be rejected at the sole discretion of the Contracting Officer. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) at HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/ PRIOR TO CONTRACT AWARD. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: SPECIAL CONTRACT REQUIREMENTS: 1. BILLING AND PAYMENT - The Contractor is authorized to submit its invoice for payments on a monthly basis for certification and acceptance by the COR. Note: The BBG intends to change its current invoicing procedures to an optical reading system. The Contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor’s expense. 2. INVOICE ADDRESS - Invoices shall be sent to the following address: Ileana Castro Broadcasting Board of Governors International Broadcasting Bureau/ Training & Development Division Switzer Bldg Room #4209 Washington, DC 20237 3. CONTR A CT I NG O F F ICER ’ S R E P R E S ENTATIVE The Contr ac t i n g O f f i ce r will a ppoint b y letter a C ontr ac t i ng O f fi c e r ’ s R e p r e s e ntative ( COR) w ho will h a ve the re spons i bi l i t y of e ns u ri n g that the w o r k p e r f o rm e d b y the C o ntr ac tor c o n fo r ms t o the re quir e m e nts of the c ontr ac t and su c h ot h e r re spons i bi l i t ies a nd a uthorities a s m a y b e spe c ified in t he letter o f authori z a t i on or in th i s c o ntr ac t. I t i s un d e r s t oo d a n d a g r e e d, i n p a r t i c u l a r, t h a t t h e COR s h a l l no t h a v e t h e a uth o r i t y t o m a k e c h a n g e s to t he s c o pe or t e rms a nd c ondi t ions of the c ontr a c t unless a nd on l y to t he e x tent that such a uthori t y is s p e c ified in t he letter of authorization or in t he c ontr ac t. THE CONTRACTOR IS HERE B Y F ORE W A R NED THAT, A B S EN T TH E R EQU I S I T E AUTHO R I T Y O F TH E C O N T RAC T IN G O F FIC E R ’ S R E P R ESE N T A T IV E ( C O R ) T O MAK E AN Y S U C H C H A NGE S, I T MAY B E H E L D F U L L Y RES P O N S I B L E F OR A N Y CH A N G ES NOT A U T H O R IZ E D I N A D V A N C E, I N W R I T I N G, BY T H E CO N TRAC T I N G O F F I C ER, MAY B E D E N I ED COMPENSA T I O N O R OT H ER R E LI E F FO R AN Y AD D I T I ON A L W O R K P E R FO R ME D T HA T I S NO T S O AU T HO R I Z E D, AN D M A Y A L S O B E REQ U I R E D, AT N O A D D I T I O N A L COSTS TO T HE G O V E RNME N T, TO TA K E A L L COR R EC T I VE A C T I ON NECES S I TA T ED B Y REASON O F THE U N A U TH O R I Z ED CHANGES. (End of Clause) 4. CONTA C T IN F O R M ATI O N: The Contr ac tor sh a ll pr o vide a d a y - to - d a y o p e r a t i o n a l cont ac t a s w e ll a s a co n ta c t for prompt contract administration. The Contractor shall also provide contact information for the person responsible for reviewing performance evaluation entered into the Contractor performance Assessment Reporting System (CPARS): Contr ac tor – Day to day operational contact Name: Tit l e : Address: P hone Numb e r: Email: Contr ac tor – Prompt contract administration contact Name: Tit l e : Address: P hone Numb e r: Email: Contr ac tor – CPARS contact Name: Tit l e : Address: P hone Numb e r: Email: 5. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to exercise unilaterally the options in Attachment A entitled "Service and Price Schedule." The parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Sept 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sept 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222.54 Employment Eligibility Verification (Aug 2013); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Please note some clauses may not be applicable to a foreign offeror. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include 52. 217 - 9 Op t i on t o E x t end t he T erm of the C on t ract ( Mar 2000);52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.227-19 - Commercial Computer Software License (Dec 2007); 52.237-3 Continuity of Services (Jan 1991); 52.246-4 Inspection of Services--Fixed-Price. (AUG 1996). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for any the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on August 12, 2014. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on August 20, 2014, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0050/listing.html)
- Record
- SN03448370-W 20140806/140804234537-dd3bd4373718b870cc05d566d50e2864 (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 |