Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOURCES SOUGHT

69 -- Multiple TRADOC sites seek development of Lifelong Learning Centers to provide training portal from proponent school to student. The LLC process will permit soldiers simulations technologies training anytime/anyplace they have PC access.

Notice Date
8/8/2005
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-05-R-LTLC
 
Response Due
8/12/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
N/A
 
Description
The Northern Region Contracting Center is seeking information on sources that can provide support services to the TRADOC Deputy Chief of Staff for Operations and Training. The Commander of the US Army Signal Center and Fort Gordon has been designate d by the TRADOC Deputy Chief of Staff for Operations and Training as the Executive Agent for implementation of the Lifelong Learning process and Lifelong Leaning Centers, at all TRADOC proponent schools and centers. The EA has developed an executable plan to establish standardized LLCs at TRADOC schools beginning in FY 06 under the supervision of the DCSOPS&T Training Development and Delivery Directorate. The contractor shall support the Government in the development of LLCs that provide the portal from th e proponent school to the student through the LLL system. The contractor shall provide support for the technical implementation of a Digital Library that supports storage of simulations and web-based training software and databases which includes a compre hensive search capability. The contractor shall offer Subject Matter Expert technical support that shall assist individuals at other locations with assistance calls concerning systems issues and problems. SMEs shall help users with technical problems and provide other information as needed. The LLCs will make training accessible to all users at the best possible teachable moment supporting a service oriented training architecture as prescribed by the Army Enterprise Infostructure mandates. The objective is to allow soldiers access to trainin g anytime and anyplace they have access to a Personal Computer. The LLC will expand each of the Proponent Schools with an always on capability. The LLC process will leverage cutting-edge information and simulations technologies and be adaptable to future technology evolutions that will improve the LLL process. The contract award will be for a base and 4 option years. The Fort Gordon LLC is in its third year of development and serves as the model for further LLC development. The TRADOC proponent schools and centers will add to their current set of simulations as they develop the trainers and simulations prioritized by the Army. The end result will be even more significant requirements for establishing, maintaining, and managi ng software databases. It is envisioned that software for the recommended suite of trainers and simulations will reside primarily on local PCs for everyday instructional purposes and would be available on-demand from a central database location. This cen tral location also would be responsible for configuration management and updating software to maintain currency with changes. The simulation software is easily replicated, so that any number of users can be getting the training at the same time. This wi de use may reduce some of the scheduling problems now facing TRADOC proponent schools, where a focus on technical AIT training could mean leadership training must be scheduled so access equipment and/or Hands-On Trainers occurs in off-hours. At a minimum, offeror response to this Sources Sought notification shall provide: 1) documentation (not to exceed five (5) pages  front and back (or ten (10) single-sided)  standard 8 ? X 11 pages using not less than 10-pitch font) describing the offeror s technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described above; 2) socio-economic status (Small, Small Disadvantaged, 8(a) certified, HubZone, Veteran-Owned, Woman -Owned, Historically Black University); 3) number and retention statistics for current employee base; and 4) past performance documentation of same/similar work dating back not more than three (3) years (this documentation shall show that the offeror has e xperience in the same/similar work described above and may include Government and non-Government contracts). NAICS code for this procurement is 541512; business size is 21 million. All documentation submitted in response to this notice shall be submitted in electronic format via email to the Northern Region Contracting Center (NRCC), ATTN: Bonnie Perry, 2798 Harrison Loop Complex, Fort Eustis, VA 23604 -5538. All questions and correspondence shall be directed to Bonnie Perry at bonnie.perry@eustis.army.mil or telefaxed to (757) 878-5567. All response must be received no later than Friday 12 August 2005. //Nothing Follows////////
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN00864650-W 20050810/050808212207 (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.