SOURCES SOUGHT
99 -- Learning Management System for DHA
- Notice Date
- 11/27/2024 4:12:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT0011-25-RFI-0144
- Response Due
- 12/26/2024 9:00:00 AM
- Archive Date
- 01/10/2025
- Point of Contact
- Linda M Walker, Robin Johnson
- E-Mail Address
-
linda.m.walker38.civ@health.mil, robin.l.johnson151.ctr@health.mil
(linda.m.walker38.civ@health.mil, robin.l.johnson151.ctr@health.mil)
- Description
- THE DEFENSE HEALTH AGENCY (DHA) Request for Information (RFI) � HT0011-25-RFI-0144 LEARNING MANAGEMENT SYSTEM (LMS) The Defense Health Agency Contracting Activity (DHACA), Professional Services Contracting Division (PS-CD), is conducting Market Research to identify qualified sources for the below work description: Requirement Title: Learning Management System (LMS) The Defense Health Agency (DHA) requirement is to provide access to the web-based online learning to personnel assigned to the DHA Medical Treatment Facilities (MTFs) to support the mission of MTFs operations. The Contractor will provide a minimum of 500 Continuing Education (CE)/Continuing Medical Education (CME) courses. Additionally, the Contractor will provide courses meeting all mandatory training requirements recommended by The Joint Commission (TJC), Occupational Safety and Health Administration (OSHA), and/or other regulatory and accrediting bodies. It will be site specific and have specialty portals for hosting Government content, accreditation of Government developed content, and the associated support services. Attachment: Draft Performance Work Statement (PWS) - Learning Management System for the Defense Health Agency The requirements in the attached ""DRAFT"" PWS describe tasks and capabilities required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform the LMS for DHA, as defined in this PWS, except for those items identified as Government Furnished Equipment. The Contractor shall perform to the standards in the contract. Requested Information DHA requests information on how offerors might approach the following: The Contractor shall describe their capability to produce, host, deliver, customize, and update training modules to fulfill annual/triennial requirements of The Joint Commission (TJC) and/or Occupational Safety and Health Administration (OSHA) requirements for personnel assigned to the DHA Military Medical Treatment Facilities (MTFs) and Dental Treatment Facilities (DTFs). There are approximately 18K Service-specific training modules hosted on our current LMS. The Contractor shall describe their capability to create user profiles, group users by medical profession indicated in a user profile, group courseware into training plans, assign training plans to grouped medical professionals, track training completions, and perform compliance reporting by medical profession, training plan, location, and/or course. The Contractor shall describe their capability to apply for/submit MTF/DTF personnel CE/CME documentation to the various certifying boards in order to obtain/maintain the appropriate certifications. The Contractor shall describe their capability to apply for/submit documentation for obtaining/maintaining accreditation for the MTF/DTF facilities. The Government is contemplating issuing a solicitation for a single Contract Award. The period of performance will be for one (1), twelve (12) Month Base Period and four (4), twelve (12) Month Option Periods including a six-month extension (If exercised). The Acquisition Strategy for this effort has NOT been finalized and this is NOT a request for proposal. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Contractors responding to this request are advised that participation does NOT ensure opportunities for future solicitations or contract awards. The Government will NOT reimburse any Contractor or individual for any expenses associated with preparation or participation in this request for information. Interested parties are requested to respond to this Request for Information with a Capability Statement. Capability Statements should be tailored to the particulars of this effort. Interested parties must COMPLETELY address all the qualifying contents in this Request for Information. Provide Contractor's company name, address, email address, website address, points of contact to include telephone number and any designations, business size, type of ownership for the company, anticipated NAICS Code for this opportunity, unique entity identifier (UEI) and cage code. Verified SAM Account. Provide documentation that supports your company�s capability. In accordance with FAR 9.6, Contractor Team Arrangements (CTAs) are acceptable. Explain in detail any teaming arrangements. If a Contractor believes the requirements in these instructions contain an error(s), omission(s), or are otherwise unsound, the Contractor shall immediately notify the below points of contact via e-mail, with supporting rationale, as well as the remedies the Contractor is asking to be considered as related to the omission(s) or error(s). ----------------------------------------------------------------------------------------------------------------------------- Contractors will be required to be registered through the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be eligible for award of Government contracts. Responses are due by 12:00 PM ET on 26 December 2024. The response to this request for information is limited to no more than 15 pages (8.5x11 inches), single spaced, 12pt font, in MS Word document or Rich Text File format. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. All questions, comments, suggestions should be sent via e-mail to Linda Walker (linda.m.walker38.civ@health.mil), the Contracting Officer, and a copy to Robin Johnson (Robin.l.Johnson151.ctr@health.mil), the Contract Analyst.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e8ec07248ce246a0929d9dd91ba59b92/view)
- Place of Performance
- Address: Falls Church, VA 22042, USA
- Zip Code: 22042
- Country: USA
- Zip Code: 22042
- Record
- SN07277554-F 20241129/241127230110 (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 |