Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2003 FBO #0549
SOLICITATION NOTICE

69 -- Training Standardization Products

Notice Date
5/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-R-0016
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Diane Conarroe, Contract Specialist, Phone 407-380-4417, Fax 407-380-4164, - Susan Gregory-Minor, Contract Specialist, Phone 407-380-8020, Fax 407-380-4164,
 
E-Mail Address
Diane.Conarroe@navy.mil, Susan.Gregory-Minor@navy.mil
 
Description
There exists an immediate and ongoing need for products that empower managers and developers to acquire and field training systems that effectively transfer learning to required human performance standards. The purpose of this Acquisition Plan (AP) is to procure revision of training system acquisition process guidance products, using an Indefinite Delivery Indefinite Quantity Contract (IDIQC) vehicle. This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. I. BACKGROUND: Training Transformation, mandated by OSD in REF A, will require the integration of training, not only across training systems, but also as an inseparable element in DODs new “system of systems” environment. As such, the Department must identify interfaces between training systems and acquisition, logistics, personnel, military education, and command and control processes, and ensure training is integrated into these processes. Interoperable net-centric training capabilities, such as embedded simulations, job-performance aids, and integrated simulators and training devices, will be elevated as priorities within the acquisition process. Acquisition processes will be modified to include training requirements as a key performance parameter or a similar forcing function construct to ensure cost-benefit trade offs inherent to the design of new military systems and equipment explicitly considering interoperable, net-centric training systems and testing. Training will be tracked in a manner similar to that of key performance parameters throughout the acquisition process. II. PROBLEM: The Performance Specification (REF B) and associate DIDs (REF C) do not address Human Systems Integration (HSI) and are inadequate in their treatment of human capability and performance. The guidance for acquiring and developing/providing training products/services in REF D is similarly deficient. Moreover, REFs B, C and D need to be updated to reflect best business practices, latest technology and standard industry terminology related to fielding effective human performance-oriented training. III. ANTICIPATED CONTRACT: NAVAIRSYSCOM has a requirement for revision of REFs B, C, and D, (and additional volumes if required) and training support in their use. NAVAIR Orlando anticipates awarding an indefinite quantity/delivery type contract to the selected Contractor. A single source will be selected to ensure seamless integration of best practices across the volumes. The Government anticipates a Not-to-Exceed $5M contract over a 60-month period. Detailed requirements for specific tasks will be issued as firm-fixed price/cost plus fixed fee delivery orders for a task or combination of tasks under the contract. IV. RESEARCH REQUIRED: Prior to product development, market research must be conducted of best business practices concerning relevant research and emerging processes related to Instructional Systems Development (ISD)/Systems Approach to Training (SAT); incorporation of HSI factors across those processes; insertion of technology; and acquisition of effective human performance-oriented training. Of special interest is embedded training; interactive multimedia instruction; advanced distributed learning; distributed mission training; media analysis and analysis of alternative training systems (including cost-benefit); human performance measures; and verification and validation of computer-based courseware. Analysis must be conducted to evaluate the potential for application of the identified best practices within REFs B, C, and D. V. CAPABILITIES REQUIRED: Successful performance of this contract will require extensive knowledge of and experience with REFs B, C, and D. The ability to synthesize identified best business practices into performance specifications and guidance documentation suitable for use in Government procurements will be essential. The joint services ISD/SAT and training acquisition policies emerged out of long-term debates within the Defense Training System Working Group (DTSWG) to arrive at consensus on best practices. Accordingly, participation with the DTSWG in that deliberative process and development/revision of the documents will be weighted factors for source selection. In addition to the research requirement, the required capabilities include 1) Human Systems Integration; 2) Human Systems Engineering; 3) Training requirements front end analysis; 4) Human Performance analysis; 5) Americans with Disabilities Act compliance 6) Measurement and evaluation of training effectiveness; 7) Media Analysis of latest technology; 8) Cost-benefit analysis; 9) electronic performance support systems; 10) IMI/ADL SCORM production process; 11) Weapons and training systems acquisition; 12) Systems Engineering. VI. PERSONNEL QUALIFICATIONS: The Government will require the contractor to provide highly skilled and experienced personnel in specific disciplines to meet the professional and technical requirements listed above. NAVAIR Orlando anticipates awarding a Cost Plus Fixed Fee/Firm Fixed Price Independent Quantity Contract (IQC) type contract. The Government anticipates a Not-to-Exceed $5M contract over a 60-month period. Detailed requirements for specific tasks will be issued as delivery orders for a task or combination of tasks under the contract. Oral presentations will be required under the solicitation and responding offerors will be advised after the solicitation closing date of the date, time and location for their presentation. A "DRAFT copy of the Statement of Work (SOW) and Request for Proposal (RFP) have been posted to the NAWCTSD World Wide Web site at http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm. NAWCTSD will utilize its World Wide Web Site for distribution of additional draft documents, as well as, the Final RFP, which is anticipated to be on or about 13 June 2003. Contractors' proposals will be due July 2003. Contract award is scheduled for September 2003. Please periodically review the NAWCTSD Web Site for the latest updates to the "DRAFT" documentation. All comments or questions should be submitted or emailed to NAVAIR Orlando Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3275, Attn: Mr Joe Sheehan, AIR 4.6.3.1 (4.9.7.1), joseph.Sheehan@navy.mil, to arrive no later than 6 June 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N61339-03-R-0016/listing.html)
 
Place of Performance
Address: 47123 Buse Road, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00337047-F 20030601/030531234523 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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