SOURCES SOUGHT
R -- Army e-Learning System for the Army Training Information System
- Notice Date
- 5/7/2021 10:36:58 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S021R0009
- Response Due
- 5/21/2021 7:00:00 AM
- Archive Date
- 06/21/2021
- Point of Contact
- Leah Mott, Linda Whitlock
- E-Mail Address
-
leah.r.mott.civ@mail.mil, linda.d.whitlock.civ@mail.mil
(leah.r.mott.civ@mail.mil, linda.d.whitlock.civ@mail.mil)
- Description
- SOURCES SOUGHT NOTICE FOR Army e-Learning System for the Army Training Information System Newport News, Virginia INTRODUCTION The Mission and Installation Command (MICC) � Fort Eustis is issuing this sources sought notice (SSN) as a means of conducting market research to identify potential qualified small business firms having an interest in, and the resources to support, the requirement for the Army e-Learning System for the Army Training Information System in Newport News, Virginia.� The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition, and multiple awards MAY be made. �All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND� The required services and products described in this PWS support the Army Training Information System (ATIS) delivery of commercially available e-Learning products at no cost to Soldiers and other eligible DoD personnel.� The Product Manager (PdM) ATIS, Program Executive Officer, Enterprise Information Systems (PEO EIS) product office, supports delivery of Army training through the use of Information Technology (IT).� ATIS supports readiness by enhancing institutional and individual training for all Army components (Active Army, Army National Guard, Army Reserve, Department of the Army Civilians, as well as select Army contractors and non-Army employees provided with an exception at the discretion of ATIS).� The ATIS provides both near and long-term infrastructure to enhance training.� The PdM ATIS acquires, deploys and maintains worldwide distributed learning to ensure Soldiers receive critical training for mission success.� The Army e-Learning product is a library of Web-based Commercial IT/ Information Assurance/Certification preparatory courses, business courses, and self-development courses.� Commercially available e-Books relevant to the learning programs are also provided to eligible users.� Selected courses are accredited by the American Council of Education.� The Army e-Learning Products are available 24 hours a day, 7 days a week and support the total population of the Army. The Army e-Learning product provides a learning management system (LMS) to monitor student access, learning progress, and course completion.� The LMS maps curricula to knowledge centers/core competency groups and assists students in locating courseware or e-Books through information announcements, descriptive links, or help desk services. REQUIRED CAPABILITIES The Contractor shall provide services in support of the areas specified in the Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately regarding each functional area listed. Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. Questions and/or feedback related to the PWS must be submitted as a separate document. ELIGIBILITY The applicable NAICS code for this requirement is 511210 with a Small Business Size Standard of $16.5 million. The Product Service Code is R408. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email no later than 10 am EST May 21, 2021. All responses under this Sources Sought Notice must be emailed to: Leah Mott, Contract Specialist, leah.r.mott.civ@mail.mil Linda Whitlock, Contracting Officer, linda.d.whitlock.civ@mail.mil Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Information and materials submitted in response to this request WILL NOT be returned.� DO NOT SUMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code, and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff ability.� If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate of proprietary will be fully protected from any release outside the Government. This documentation must address at a minimum the following items:� 1.� 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 2.� Information to help determine if the requirement 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 by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the betaSAM notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. The estimated period of performance consists of a 30-day phase-in, 11-month base period and 4 12-month option periods with phase-in commencing on February 29, 2022. Specifics regarding option periods will be provided in the solicitation. The contract type is anticipated to be Firm-fixed-price. Upon assessment of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/72d79cd7105a4b8a80bda02b7add4852/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05995698-F 20210509/210507230117 (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 |