SOURCES SOUGHT
69 -- Engineering Plant Operators Course (EPOC) Learning Content
- Notice Date
- 3/2/2006
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- 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
- Reference-Number-EPOC-2Mar2006
- Response Due
- 3/16/2006
- Archive Date
- 3/31/2006
- Description
- SOURCES SOUGHT/MARKET SURVEY NOTICE LEARNING CONTENT FOR ENGINEERING PLANT OPERATORS COURSE (EPOC) NAVAIR Orlando Training Systems Division has a requirement to support the Center for Naval Engineering (CNE) acquiring the development of asynchronous self-paced training materials for use in the Navy - Integrated Learning Environment (ILE). In the execution of their broad and diverse mission, CNE has a requirement to provide a revised/enhanced, scenario-based curriculum in a self-paced interactive delivery format for the Journey and Master skill level engineer(s) referred to as Engineering Plant Operators Course (EPOC). The current training is delivered via approximately 114 instructor-lead C, D, F, and G schools. The EPOC product to be purchased under this contract is to enhance cognitive skill development through a blended solution of re-engineered delivery techniques for Surface Engineering personnel assigned to the fleet. EPOC is to address the operator and maintenance skill objects required by the Surface Engineers of the Navy?s non-nuclear shipboard propulsion and auxiliary systems. This effort seeks to enhance the course through reduction of the instructor-led, classroom-based portion by delivering initial instruction and refresher training via self-paced Interactive Multimedia Instruction (IMI). As a result, this effort will require that all forms of instructional strategies, assessment strategies, delivery methods and media be considered in order to provide learning activities and events that will support learning behaviors at the highest level of cognition, including application, synthesis, and evaluation. This requirement is a non-commercial contract. Award will be made in the form of a Stand-alone to one responsible offerer. A firm fixed-price type contract is anticipated for this effort with a Period of Performance of one (1) Base Year, with two (2) one-year option periods to be exercised at the discretion of the government as per FAR 52.217-9. However, the Government encourages interested offeror to provide feedback on a suggest Contract Type other than Firm Fixed Price, that would increase efficiency and/or maximize performance. The anticipated basic contract will specify the requirements to be delivered in accordance with the SOW. Supply will be by the basic contract specifying the quantity of supply (product) to be delivered. Deliverables and milestones have not yet been defined. However, the Contractor shall provide those identified deliverables delineated in the basic contract. A draft Statement of Work (SOW) is posted to the NAVAIR Orlando Business Opportunities website at http://www.nawctsd.navy.mil/Ebusiness/BusOps/Acquisitions/Index.cfm. To access the draft SOW, click in the 2nd drop-down menu and select ?Sources Sought/Market Survey Notice?. All of NAVAIR Orlando?s current Sources Sought/Market Survey notices will be displayed on this page. Click on the link titled ?EPOC?, which will allow you to download the draft SOW. Responses to this notice should include a narrative identifying the scope of past and present (within the last 3 years), relevant experience on similar contracts (include dollar value, complexity and point of contact), a description of capabilities to perform the subject effort, and any comments on the draft SOW--that can better clarify the subject requirement(s) (i.e., relative to Course, Labs, and Scenarios); particularly, if it can reflect any other recommended Contract Type as cited above. Additionally, interested parties should submit a Rough Order of Magnitude (ROM) identifying a suggested Contract Line Items scheme, which estimates pricing for each recommended deliverable. All interested parties shall specify the current business size of their company. The applicable North American Industry Classification Systems (NAICS) Code for this requirement is 333319 with a size standard of 500 employees. Brevity of extraneous information is desired. Information should be sent via e-mail to Madeline.Ward@navy.mil. Alternative submittal methods by mail to: NAVAIR Orlando Training Systems Division, ATTN: Code 25331 (M. Ward), 12350 Research Parkway, Orlando, FL 32826-3275. Responses are requested by 16 March 2006 (14 calendar days). The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Questions concerning this requirement should be directed to Contract Specialist, Madeline Ward, via email at Madeline.Ward@navy.mil or by telephone at 407.380.4393.
- Place of Performance
- Address: Center for Naval Engineering, 9549 Bainbrige Avenue, Norfolk, Virgina
- Zip Code: 23511-2534
- Country: USA
- Zip Code: 23511-2534
- Record
- SN00998219-W 20060304/060302212828 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |