Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21, 2001 PSA #2919
SOLICITATIONS

69 -- LEARNING CONTENT MANAGEMENT SYSTEM

Notice Date
August 17, 2001
Contracting Office
Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
ZIP Code
32826-3275
Solicitation Number
N61339-01-R-0032
Response Due
September 10, 2001
Point of Contact
Ms. Janice Nieves, 407-380-4027; FAX 407-380-4164
E-Mail Address
Click here to contact the contract specialist (nievesjm@navair.navy.mil)
Description
69 -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N61339-01-R-0032 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This requirement is unrestricted and a subcontracting plan is required. The standard industrial classification code is 511210 and the small business size standard is $18 Million. The U.S. Navy has a requirement to procure a commercial item Learning Content Management System (LCMS) software application for use in the Navy Integrated Learning Asset Repository System (NILARS). The LCMS will integrate shareable learning asset requirements including raw media, content, and course objects to support instructional design, development and delivery providing the Navy with the management tools and technical architecture to meet the latest released version of the Advanced Distributed Learning (ADL) Sharable Content Object Reference Model (SCORM) high level requirements. The following items are required: Item 0001 -- commercial item Learning Content Management System (LCMS) software application with applicable license, Quantity -- 1 with the potential for 9 additional site installations over the next five years and Item 0002, Technical Data and Information, not separately priced. The contractor shall install, integrate, and test the Learning Content Management System (LCMS) software on a baseline site at the Naval Air Warfare Center Training Systems Division, Orlando, Florida. Upon the issuance of any future delivery orders, the contractor shall conduct pre-installation surveys, install, integrate, test and technically support the Learning Content Management System (LCMS) software at other sites upon award of additional delivery orders under this contract. Location of the additional sites is not known at this time. The contractor shall provide technical support to each installation site during installation activities and for 90 days following Government acceptance. This evaluation will result in the selection of the contractor, who demonstrates the best product, product support history, and capability for meeting specified system requirements at the best value to the Government. Selection of the Contractor will be based on best value as determined by a Government evaluation team using pricing, past performance, and technical factors. Offerors' proposals will consist of a written proposal and an oral presentation during which the proposed product shall be demonstrated. The content of the written proposal shall not exceed 10 pages (excluding the copies of user manuals/documentation described in #4 below) and the offeror must address completely the following: (1) verification that they developed and own the product being proposed, (2) evidence that they have a final product that is currently available in the commercial marketplace and that they can meet the 01 November 01 delivery date for the first order, (3) provide a list of customers currently using the product, (4) provide one copy of user manuals/documentation for the product being proposed, (5) explain how they determine pricing for the product. Those offerors that submit a written proposal which adequately addresses each of the five areas listed above as determined by the Contracting Officer, will be invited to provide an oral presentation and capability demonstration. For planning purposes of oral presentations, notice of intent to submit a proposal is requested by 4 Sep 01 COB. Offerors are advised that oral presentations could begin as early as 13 Sept 01 with the last presentation as late as 21 Sep 01. The oral presentation and capability demonstration is intended to affirm the COTS product's ability to meet the performance requirements specified in the Statement of Work. The oral presentation and capability demonstration will be scheduled for a maximum of 90 minutes and limited to no more than two presenter personnel. Offerors will have a maximum of 30 minutes to set up for the presentation. In terms of evaluation, technical performance and capability is more important than past performance and past performance is more important than price. The oral presentation and product demonstration will be conducted at NAWCTSD Orlando, Florida, using contractor provided equipment and data. The Government will provide a projection screen for contractor use during presentation and sample data to assist in the evaluation. The successful offeror, in response to the Request for Proposal (RFP), will be considered for entering into a multi-year Indefinite Quantity Contract (IQC) with the Naval Air Warfare Center Training Systems Division (NAWCTSD) to provide the Navy, or other Services and Federal Agencies, with NILARS installations at approximately 10 locations over a 60 Month period.The Functional Requirements, Statement of Work, and Contract Data Requirements Lists (CDRLs) can be downloaded from the Naval Air Warfare Center Training System Division's web site at www.ntsc.nsvy.mil/. Delivery or the initial installation is to be made 2 months after contract award. FOB point is Destination to Naval Air Warfare Center Training Systems Division (NAWCTSD), 12350 Research Parkway, Orlando, Florida 32826-3224. Acceptance shall be made at destination. The Government intends to make award on the basis of initial proposals without conducting discussions but reserves the right to conduct discussions if determined necessary. Offerors are advised to submit their most favorable terms and conditions in their initial proposal submission. FAR 52.212-1, "Instructions to Offerors-Commercial Items" is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provisions at FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items" with its proposal. FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" is incorporated by reference and applies to this acquisition and resulting purchase order. The resulting purchase order will be a firm-fixed-priced order. FAR 52.212-5, "Contract Terms and Conditions Required To Implement Statues or Executive Orders -- Commercial Items" (Feb 2001) applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5: As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067). (3) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (pub. L. 103-403, section 304, small Business Reauthorization and Amendments Act of 1994). ___(ii) Alternate I to 52.219-5. ___(iii) Alternate II to 52.219-5. _X__ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). _X__ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323. ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal Opportunity (E.O. 11246). __ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d). ___ (17)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (19) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (20) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (21) [Reserved] _X_ (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). __ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332).] _X__ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 129333). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). FAR Clause 52.216-18 Ordering is incorporated by reference and applies to this acquisition. DFARS 252.212-7001, "Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252.247-7023. The full text of the solicitation provisions/clauses may be accessed electronically at this address: http://www.acq.osd.mil/dp/dars/dfars.html. Submission of the Proposal to include the Technical proposal, briefing slides, and Pricing are due on 10 September 2001 at 300 PM EST to the FOB Destination address above, ATTN: Janice Nieves Code 25333. For information regarding this solicitation, contact Janice Nieves at (407) 380-4027 or email Nievesjm@navair.navy.mil.
Web Link
Click here to download files; Look for LCMS line and (http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?client=NAWCTSD&men=OPA)
Record
Loren Data Corp. 20010821/69SOL001.HTM (W-229 SN50V3D4)

69 - Training Aids and Devices Index  |  Issue Index |
Created on August 17, 2001 by Loren Data Corp. -- info@ld.com