Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

R -- KNOWLEDGE MANAGEMENT, E-LEARNING, AND PERFORMANCE SUPPORT SERVICES

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
05EASAM050165
 
Response Due
7/8/2005
 
Archive Date
7/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Health & Human Services (HHS) requires the services of a contractor to perform services in the areas of instructional design, course development and electronic learning systems for KnowNet, as prescribed below: BACKGROUND: The Department of Health and Human Services (HHS), Office of the Assistant Secretary for Administration and Management (ASAM), Office of Acquisition Management and Policy (OAMP) has a requirement for knowledge management, e-learning, and performance support services. These services are recurring in the areas of instructional design, course development and electronic learning systems for Know Net. Know Net is a support system for Federal Agencies, State and Local Governments, Contractors, Grantees and Citizens. Know Net?s primary focus is on the key business functions in the Federal Government in Acquisition, Finance, Grants, and Logistics. Know Net has three lines of business - the Know Net Public Sites (knowledge management and performance support, Know Net Team Webs (knowledge management, performance support and collaboration) and the Know Net Learning Management System (e-learning). HHS is planning to award a Task Order type contract with both time and materials and fixed price tasks for use by HHS and other federal agencies. The period of performance is one base year with four option periods of one year each. The successful offeror must be knowledgeable in all areas defined in the statement of work below. The successful offeror must demonstrate experience and the ability to perform the following tasks: STRATEGIC AND MARKETING PLANNING, RESEARCH AND REPORTS: Produce annual project plan with quarterly updates; identify and articulate key strategy for project operations and marketing; research topics related to optimal system operations which may include organization-specific, policy, political, legal and/or technical research; PROJECT MANAGEMENT:Layout all tasks using project management methodology; identify/negotiate and acquire all required support services; assist Project Officer in organizing Federal and Industry Working Groups; provide contract management reporting system with weekly updates to Project Officer; provide weekly outstanding issue reports to all working groups. OPERATIONS AND MAINTENANCE: Answer and/or refer all Feedback and Help Desk inquiries, maintain database and track resolution of all issues; provide the technical infrastructure to include server(s), operating system software/updates, application software/updates, internet connectivity, remote meeting capability, server maintenance and technical support services; manage collaboration and discussion tool functionality: provide quarterly security and Section 508 compliance review/updates; provide annual review of system design and implementation against usability best practices and optimize system. DESK REFERENCE, TUTORIAL AND TRAINING MODULE DEVELOPMENT: For deployment on the Internet - Instructional Design of Desk References, Tutorials and Training Modules in the functional business areas of the Federal Government, Web Site Design and Development, Subject Matter Expert (SME) interviews, Audio/Video Clip Production, Question Bank Development for Pre-Test, Practice Test and Final Certificate of Course Completion and Professional Certifications Testing. COMMUNICATIONS AND PRESENTATIONS: Create a variety of presentations with presentation and graphics development software. POLICY DEVELOPMENT AND DEPLOYMENT SUPPORT: Support OAMP?s policy development and deployment by identifying required updates, drafting policy language, assisting in the policy review and distribution process. Perform critical interlinking of HHS policies to federal law, regulations and other guidance. The successful offeror must understand and demonstrate the ability to comply with the following standards: EDUCATIONAL ACCREDITATION AND EDUCATIONAL INSTITUTION INTERFACE: Manage the International Association for Continuing Education and Training (IACET), Continuing Education Units (CEU), the American Council on Education (ACE) and the Accrediting Council for Continuing Education and Training (ACCET) processes through to successful completion for identified system curricula; identify, develop and work with educational institution partners in both the public and private sectors. OTHER STANDARDS: 1) Testing: American Educational Research Association /American Psychological Association (AERA/APA) and the Equal Employment Opportunity Commission (EEOC) Uniform Selection Guidelines 2) Testing Software Output: Department of Defense Sharable Content Object Reference Model SCORM 1.2 Compliant Aviation Industry Computer-Based Training Committee (AICC) Compliant 3) Security: NIST Recommended Security Controls for Federal Information Systems Standards for Security Categorization of Federal Information and Information Systems 4) Usability: HHS Research-Based Web Design and Usability Issues Guidelines 5) Accessibility: Section 508 UNICODE (International Character Set) 6) Content American Society for Testing and Materials (ASTM) technical standards. PROFESSIONAL CERTIFICATION DEVELOPMENT:Work with Federal and Industry groups to develop, refine and field professional certification programs in the functional business areas of the Federal Government. INTERFACE WITH EXISTING CONTRACTOR AND TRANSITION TO NEW CONTRACTOR:Identify all outstanding issues and work smoothly with existing and follow-on contractors to assure smooth system operations. EVALUATION CRITERIA: Technical - 50% Demonstrate knowledge, expertise and performance in: 1) the functional business areas of the Federal Government (Acquisition, Logistics, Finance, Grants and Small Business) to include translating policy, law, regulation into performance support and training (10%) 2) large scale web-based educational and performance support deployments utilizing web editing tools, HTML programming, javascript programming, graphics design software, learning management systems (LMS) and databases (10%) 3) instructional design, curriculum development and professional certification program development and deployment (10%) 4) research, policy development/deployment, strategic and marketing planning and operational report design and generation (10%) 5) medium to large scale project management (10%) Past Performance - 25% Offerors are to provide 3 samples of similar work performed within the past three years. This information shall include the contact name, address, current phone and fax number 3 references for work performed on similar projects in the past three years. Offerors will be evaluated on technical performance, innovation, ability to resolve issues, cost control, and overall customer satisfaction. Price - 25% This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation, 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. Questions must be submitted in writing, via e-mail or fax, to Raleigh Tanner, Contract Specialist, on or before June 30, 2005. E-mail address: rtanner@psc.gov FAX: (202) 690-6630 Phone: (202) 205-0625
 
Place of Performance
Address: 200 INDEPENDENCE AVENUE, WASHINGTON, D. C.
Zip Code: 20201-0004
 
Record
SN00835177-W 20050625/050623220643 (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.