Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

70 -- NAWC WOLF Sharable Content Object Reference Model (SCORM) Software

Notice Date
12/10/2019 6:08:53 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFI-0091
 
Response Due
12/17/2019 2:00:00 PM
 
Archive Date
01/01/2020
 
Point of Contact
Devin Hader, Phone: 7323232741
 
E-Mail Address
devin.hader@navy.mil
(devin.hader@navy.mil)
 
Description
REQUEST FOR INFORMATIONPURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTSThe Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) Sharable Content Object Reference Model (SCORM) software (and any associated hardware) which is interoperable with an existing Rustici Software, Inc. system. (The existing Rustici system is running version 2015.1.) The requested solution should provide a customizable content player integrated into any existing Learning Management System (LMS), meet SCORM 1.2, 2004 and xAPI standards, and/or be able to adapt to future changes to SCORM standards. The SCORM standards require that content should be packaged in a Package Interchange File (PIF). The requested solution should also allow a non-conformant package to be used in any LMS.RESPONSESRequested InformationSection 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s)Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Description of software and any associated hardware Types of SCORM standards supported Compatibility with any LMS Description of tests already performed to prove interoperability with Rustici system running version 2015.1. Interfaces (hard-wired and wireless) Method of configuration Ease of Operation and any included network management tools Operational limitations Ancillary equipment and/or software required Basic and extended warranty information If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATIONIn response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the beta.SAM website: https://beta.SAM.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.HOW TO RESPONDInterested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to devin.hader@navy.mil . Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 17 December 2019, 5:00 P.M. EST.Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the beta.SAM website: https://beta.SAM.gov . It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f82fb9344e845bc951014e4b377b83c/view)
 
Record
SN05513543-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.