SOURCES SOUGHT
D -- OPM USALearning The Learning Management System (LMS)
- Notice Date
- 3/10/2020 2:04:56 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- OFFICE OF PROCUREMENT OPERATIONS WASHINGTON DC 20415 USA
- ZIP Code
- 20415
- Solicitation Number
- OPM31623SSN
- Response Due
- 3/20/2020 8:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Laurie Griffin, Phone: 202-430-1171
- E-Mail Address
-
Laurie.Griffin@opm.gov
(Laurie.Griffin@opm.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a Sources Sought Notice OPM31623SSN �to identify 8a small businesses that are capable of contractor support services to support ��Learning Management System and E-Learning Support USALearning� Program.� The Office of Personnel Management's (OPM), Human Resources Solutions (HRS) enterprise provides services that assist the Federal Government in achieving their missions by: (1) partnering with agencies to provide effective human resource solutions that develop leaders, attract and build a high quality public sector workforce, and transform agencies into high performing organizations; and (2) offering services that enhance agencies' ability to attract and acquire specific talent. The Learning Management System (LMS) shared service provider, formally GoLearn�, is a Program office in the HRS Directorate of the Office of Personnel Management (OPM). GoLearn� transitioned to become USALearning� effective October 1, 2012. The mission of the USALearning� Program Office (""Program Office"") is to provide a full spectrum of web-based human capital performance (e-HCP) tools, and the full range of web-based training content, including academic, technical, executive and organizational development courses to any Government employee, industry partner, state and local government employee in any media at any time. OPM has used a similar vehicle to support this program over the past several years. However, due to the pending expiration of current contract and the pending re-compete of our consolidate �integrator� model, it is necessary to put in a place a contracting vehicle that will ensure a continuity of services to approximately 50 federal agencies and select DoD entities. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding. Background: OPM is responsible for sustaining the goals of the e-Training initiative. This solicitation identifies requirements for services to further advance the goals of this important initiative and the President's Management Agenda through the USALearning� Program. The Program Office is responsible for the thriving knowledge management portal that it originally developed. In November 2001, OPM was designated as the managing partner of the a-Training Initiative, which was one of 24 E-Gov projects. Shortly thereafter, OPM entered into a partnership with the Department of Transportation (DOT) Transportation Administrative Service Center (TASC) organization and the Transportation Virtual University (TVU) to develop and implement what was known as GoLearn�. As the E-Gov program and initiatives matured, the Government online learning program has evolved. Contracting vehicles have been modified and redundant vehicles eliminated. Under the umbrella of GoLearn�, OPM provides educational and training services to multiple agencies to satisfy their annual training requirements through the use of this shared environment to maximize the cost savings to the Government. OPM has brought in additional client agencies that have specific needs but are currently rolled into a joint business case with a standard relationship between OPM and these agencies. This has helped to identify the need to establish a sound business model to simplify and unify the infrastructure across the Government. OPO contracts have obtained state-of-the-industry, online training services, web-based Human Capital Performance (eHCP) tools, educational instruction and the supporting technology and services needed to enable Government employees to achieve training, educational and professional development goals. Primary requirements for the work to be performed include: Value-added reseller capabilities for (20) separate Learning Management System and cloud software products. Administration and customer support for commercial LMS products. Training and training development for products that reside on customer commercial LMS products. USALearning (USAL) account management support services.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �2.Value-added reseller (VAR) capabilities for commercial LMS products.� There are hundreds of commercial LMS platforms available for industry. Government, however, requires platforms which are FedRAMP accredited and have an Authority to Operate, which typically requires additional cost, time and resources to obtain and maintain.� While USAL has provided over (20) different commercial solutions through the previous contract, there are currently about (7) that have the appropriate FedRAMP status and that are being provided to our customers on an ongoing basis. These include: Cornerstone SAP SuccessFactors Skillsoft Microsoft Azure Amazon Web Services (AWS) NS2 Blackboard In order to resell the above licenses to USAL customers, the vendor must have either a formal Value-Added Reseller (VAR) certification in order to offer software licenses and services for commercial software, or an agreement with the software vendor that allows resale to government. These agreements are based upon bulk-licensing purchases, as well as government discount rates by the software manufacturer. Most, if not all, VAR certifications require the vendor to only represent one software manufacturer, therefore in order to find resellers that can represent multiple vendors we must search for vendors that are LMS Integrators. Capability Statement / Information Sought: Interested 8a small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' ability to perform the specific work as required. Responses must directly demonstrate the company's experience and/or ability to satisfy the minimum requirements listed below. Capability Statement Requirements: Please see the attached Draft Version of the Performance Work Statement (PWS). Instructions for Responding to the Sources Sought Notice: Responses to this notice shall include a Statement of Qualifications/Capabilities Statement package, as well as the cover letter. The cover letter shall, at a minimum, include the following information: 1. Response to Sources Sought Notice OPM31623SSN 2. Vendor's Company Name, Address, Contact Person (2 POCs) Information; 3. Vendor's DUNS Number; and 4. Business Size and Size Standard / Classification relative to North American Industry Classification System (NAICS) code of 541512. 5. Specify small business profile, i.e., Small Business Administration (SBA) 8(a) Program, HUBZone, women-owned, veteran-owned, service disabled veteran-owned or small disadvantage business schedule contractor; and 6. GSA schedule and GSA Schedule contracts that is applicable to NAICS 541512. OPM requests that the capability statement, which is the response to questions below, not exceed eight (8) single spaced pages; you may also include a cover page. Each response should use the following Page Setup parameters: � Font size - 10 points or larger (Body) � Font size - smaller than 10 points (text in diagrams or other graphics) � Margins - Top, Bottom, Left, Right - 1"" � At a minimum, your organization's name and a page number should appear in the header or footer of all pages that constitute the body of your response. � If applicable, please include your GSA Schedule contract number. � Number your responses to match the question number. To maximize the space for your response, do not repeat the question as part of your response. All responses shall be in MS Word or Adobe Portable Document Format (PDF).� All responses must be received by the specified due date and time in order to be considered. Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the solicited comments in any future procurement action nor does it obligate the Government to the procurement of any services or products related to this notice. Proprietary information should not be included in the responses, further, responses to this notice will not be returned. Interested parties shall address the following when responding: 1. Briefly summarize what experience your company has as a Value-added reseller capabilities for separate Learning Management System and cloud software products? Clearly define any Value-Added Reseller (VAR) certification with the commercial platforms listed above. 2.� Briefly summarize what experience your company has in administration and customer support for commercial LMS products. Clearly identify any experience in training and training development for products that reside on customer commercial LMS products as listed above. 3. Briefly describe the timeline for formal Value-Added Reseller (VAR) certification if you do not already have one for the commercial platforms listed above. 4.� Briefly explain your company�s corporate process to support changing reform initiative priorities and your ability to quickly transition labor mixes and personnel on government contracts and task orders. 5. Do you feel the Draft PWS as written has provided enough information to submit a competitive solution? Please explain why or why not. 6. Would there be any additional information that you would need in order to submit a competitive price proposal? Please explain why or why not. 7. Are these services offered from your firm on GSA Federal Supply Schedule or another contractual vehicle available to all federal agencies? If so, please list the GSA schedule contract. 8. Would you propose on this requirement as it is currently written? Why or Why not? Information Submission Instructions: All Capability Statements sent in response to this sources sought notice must be submitted electronically (via email) to the following: Laurie Griffin, Contract Specialist Email: Laurie.Griffin@opm.gov All questions shall be submitted to Laurie Griffin (Laurie.Griffin@opm.gov), via email, no later than 11:00 AM Eastern Standard Time (EST) on March 20, 2020. Additional Information: There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this sources sought notice. Any information submitted in response to this sources sought notice is strictly voluntary. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and any request for additional information will be disregarded.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/744c3e378b6a4386ab4a15f215c023e3/view)
- Record
- SN05584968-F 20200312/200310230200 (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 |