MODIFICATION
70 -- Learning Management System (LMS)
- Notice Date
- 8/16/2006
- Notice Type
- Modification
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ0423-06-T-0007
- Response Due
- 8/18/2006
- Archive Date
- 9/7/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a Learning Management System (LMS) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation with the solicitation number, HQ0423-06-T-0007 issued as a request for quotation (RFQ). To obtain a copy of the Contract Line Item Descriptions and the Statement of Work, contact Estella Claytor at Estella.Claytor@dfas.mil. This requirement is 100% Set-Aside for Small Business and the associated NAICS code is 541511, Computer Software Support Services, custom and the small business size standard is $21,000,000.00. The requirement is to obtain a Learning Management System that can accommodate 5000 users and all the requirements indicated in the Statement of Work (SOW). The LMS will be utilized by the Defense Finance and Accounting Service (DFAS), Columbus, Ohio. The contract will be based on best value criteria which includes A. Technical Capability-Each quote shall contain information related to its proposed LMS system capability and performance specifically demonstrating the system?s ability to best meet the Government?s needs as described in the SOW, particularly the requirements identified in paragraph C.3.1. The Government will evaluate the system using the information provided by the offeror; B. Past Performance ? Each quote shall identify federal Government (preferable), other Government, and/or non-Government contracts that have been awarded to the company for the same or similar (scope as defined in the SOW) type work within the last five years. Past performance, in terms of both similarity and quality of performance shall be used as a factor for selection. The Government may consider customer surveys and other sources of past performance information. Included in the quote shall be, as a minimum: 1. Contracts: The contract number, the awarding office, the contracting officer and telephone number, the contract administration office if different than that of the awarding office, and the Contracting Officer?s Representative (COR) or Contracting Officer?s Technical Representative (COTR), if applicable, or customer technical representative. 2. Other than Government contracts: Program manager and or sponsor and telephone number, agency or company name, location, type of work performed and duration of the relationship with the client. The Government may also contact previous customers not identified in the contractor?s quote for past performance information as well; C. Price ? This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of item listed in the proposed Contract Line Item Numbers (CLINs): D. Options ? The Government will evaluate quotes for award purposes by adding the total price for all CLINs including options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The contract shall be awarded based on the best value to the government, using the total proposed price as a consideration. All non-price factors combined are considered significantly more important than price. The Government will select the offeror which represents the best value on the basis of the factors described above. Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. The resulting best value contract will be for one base year and include one option year. The base year period of performance is to be for one year from the date of award. The inspection and acceptance will be at destination and F.O.B. destination. The following provisions apply to include any addenda - 52.212-1, Instruction to Offers ? Commercial; 52.212-2, Evaluation ? Commercial Items, 52.212-3, Offeror Representations and Certifications ? Commercial Items (offerors are to complete when returning their offer); 52.212-4, Contract Terms and Conditions ? Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9. The applicable Numbered Notes are 1 and 9. Offers are due August 18, 2006 at 1:00 PM EST to Defense Finance and Accounting Service, DFAS-CSD-MCB/CO, Estella Claytor, Building 21, Room 2B218, 3990 East Broad Street, Columbus, OH 43213-1152. For information, contact Estella Claytor by email at Estella.Claytor@dfas.mil. Learning Management System (LMS) Solicitation - Amendment Questions and Answers 1-Q- What is the award timeframe? 1-A-The award will be, by the first week of September. 2- Q-How will you differentiate vendors, based solely based upon price? 2-A-This is a Best Value acquisition, see evaluation criteria. 3-Q-Will there be a required product demonstration to show the ability to meet the requirements? 3-A-No product demonstration will be required. Award will be based on information that is provided in the proposal. The next questions references The Statement of Work Section C3.1, provided via eMail: 4-Q- #3, It states that the system will allow for multiple sessions- is this concurrent users or multiple events of a class? 4-A- The system should support multiple instances of the same class with multiple users concurrently e.g. Course DPAS101 Section 1 with 25 students and instructor A is active and separate from course DPAS101 Section 2 with 25 students and instructor B during the same time period. 5- Q-#4, Functionality for progress tracking- this could be many things, are you able to explain further, like progress shown in a transcript or progress shown while in an online course or progress shown by allocating attendance or credit? 5-A- The student transcript should show courses attempted and completed with passed or failed notation (credit). A student should be able to see his progress through the modules of an active course. 6- Q- #5 Provide certification of training skills- how should this be done, through a transcript, a printable certificate or by a manager allocation? 6-A- The student transcript should maintain course success/credit/certification history. The student should be able to print their own certificate after successfully completing a course. 7- Q- #10 Support multiple applications, can you describe what is currently being used, like captivate, articulate, breeze, webinars, flash? 7-A- Content is being developed in Dreamweaver, Captivate, Contribute, PowerPoint, Microsoft Producer, audio and video files, along with documents in Microsoft Word, Adobe Acrobat Reader, Fireworks and Flash. The content items will be html, doc, pdf, xls, gif, .swf, and jpg with JavaScript, Java, and Action script. 8- Q- #17, It is assumed that not all of the 5000 employees will be activated; some may be inactive and never use the system but would be in the user profiles? 8-A- Over the life of the system as users rotate we will need to keep their historical account/user profiles. These could eventually exceed 5000 accounts/user profiles. Not every user would ever access the courseware. No more than 5000 would be active concurrently and the expectation is that the number would be less than that. 9- Q-Is support for MS SQL Server 2003 a mandatory requirement or can another Database product (MS SQL Server 2000, Oracle 10g, IBM DB2) be offered? 9-A-Database needs to be Microsoft SQL Server 2003 or later version; all our servers have 2003 loaded on them. Notice: This requirement is for purchase model plus maintenance only.
- Place of Performance
- Address: 3990 EAST BROAD STREET, COLUMBUS, OH
- Zip Code: 43213
- Country: UNITED STATES
- Zip Code: 43213
- Record
- SN01117324-W 20060818/060816222204 (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 |