SOURCES SOUGHT
R -- USATSC ARMY VIRTUAL LEARNING ENVIRONMENT - DRAFT USATSC AVLE PWS
- Notice Date
- 1/29/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- UNAWRD17RAVLE
- Archive Date
- 3/11/2016
- Point of Contact
- Sharon R. Hilliard, Phone: 7575017303
- E-Mail Address
-
sharon.r.hilliard.civ@mail.mil
(sharon.r.hilliard.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- INDUSTRY QUESTIONNAIRE DRAFT USATSC PERFORMANCE WORK STATEMENT This Sources Sought Notice (SSN) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this acquisition, the NAICS code is 541511, Custom Computer Programming Services and the small business size standard is $27.5M. Purpose: The Mission and Installation Contracting Command (MICC) - Fort Eustis, is conducting market research to increase competition for this requirement by identifying the availability of qualified 8(a) firms that are technically capable of providing Analysis, Design, Development, Implementation and Evaluation (ADDIE) for Training and Education (T&E) in accordance with the process as described in TRADOC Regulation (TR) 350-70, The Army Learning Policy and Systems. The plan is to award multiple contracts, and to then issue task orders when the specific tasks are identified. The contractor services include a broad range of distributed T&E products. Information collected from this notice will be used to further define the Government's requirement and create the appropriate acquisition strategy. This Sources Sought Notice is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil or call (210) 466-2419. Please include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Required Capabilities: Reusable Learning Content Objects - Interactive multimedia instruction (IMI) designed, developed and evaluated using Instructional System Design (ISD) processes and standards as specified in TRADOC regulations, TRADOC pamphlets, and other published guidance. This IMI is produced as independent, context free computer or web delivered objects. A Learning Content Object may or may not be a single SCORM® Sharable Content Object (SCO). These objects are transportable between conforming learning environments and may be reused, without modification, as needed in other courses 3D Multimedia Animation - Animation of high quality, high resolution 3D models that depict real life equipment, processes, products. These animations to be used in training and education products and delivered in FLASH, HTML 5, using all delivery platforms of the Army Learning Content Management Capability (ALCMC) 3D Models - High quality, high resolution 3D models that depict real life equipment, processes, products. These models to be used in training and education products and delivered in FLASH, HTML 5, using all delivery platforms of the Army Learning Content Management Capability (ALCMC) Simulations - Simulation of technology for performance optimization, safety engineering, testing, training, education, natural systems or human systems to gain insight into their functioning. Simulations must replicate real world systems using high quality, high resolution modeling. Serious gaming - Games that employ realistic scenarios, models, or simulations to support training and education in critical topic areas. These games are produced using high quality game engines and provide for interaction that supports complex branching and learning with consequence. Analysis Products - Reports and other documentation as described in TR 350-70, TRADOC pamphlets, and other published guidance. Data in these products are used to define the current situation and requirements, and to make decisions on what T&E products are needed and how to design them. Examples of these Analysis products are: Curriculum Analysis - Review and report on gaps in a defined course of study (functional or Professional Military Education level) a recommended program of instruction (POI) is prepared to mitigate the gaps. Task Analysis - The identification of the elements of a job, identification of knowledge and skills required for the performance to develop learning objectives, training programs, and evaluation tools. Other Training and Education Products - The contractor shall develop T&E products as specified in TOs and in accordance with the approved analysis and design plans and/or Government furnished information (GFI). These products include: Scripts Narration Audio and/or video capture Graphics Exams Lesson Plans Training Support Packages Student Guides Job or Instructional Aids Micro Learning Strategies Research, Analyze, and Develop Learning Content - Research material needed to develop content for learning topics for which there is no government furnished material. Interested businesses are invited to submit a capabilities statement that demonstrates their technical skills and ability to provide the services consistent with this notice. Responses the sources sought notice and questionnaire (Attachment 2) are due no later than, Thursday, 25 February 2016/2:00PM EST, and shall be electronically submitted to Mrs. Sharon R. Hilliard, at Sharon.r.hilliard.civ@mail.mil. The capability statements shall not exceed ten (10) pages and must include the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Reference attached PWS for information regarding certifications, requirements and timelines. 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6. Recommendations to improve the Army's approach/draft PWS (Attachment 1) to acquiring the services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb47b8d1aa32fc0288e4122a66666397)
- Place of Performance
- Address: US Army Training Support Center, Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN04004671-W 20160131/160129234112-bb47b8d1aa32fc0288e4122a66666397 (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 |