Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2007 FBO #2019
SOLICITATION NOTICE

U -- The purpose of this work effort is to provide subject matter expert (SME) support to formalize instructional materials, and training programs in support of moving targets engagement.

Notice Date
6/5/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M00264 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026407T0163
 
Response Due
6/18/2007
 
Archive Date
6/18/2007
 
Description
This is a combined synopsis/ solicitation for the procurement of Subject Matter Expert to develop a computer based training program that will teach the fundamentals of moving target engagements, which has been prepared in accordance with the format in FAR subpart 12.6 and 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. Solicitation M00264-07-T-0163 is a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through the Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract using ?Best Value? criteria per Federal Acquisitions Regulations (FAR) 15.101, for a 180 day period to the successful offeror. FAR 52.212-1 INSTRUCTIONS TO OFFERORS: COMMERCIAL ITEMS: Offerors shall submit a combined techni cal/ business proposal as an element of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors must submit Contractor Name, Address, DUNS, Cage Code, and Tax Identification Number (TIIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business proposal shall ensure that all elements of the Schedule of Deliverables, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Contracting Specialist. Proposals shall be prepared using Arial or Ti mes New Roman; 11-point font style on 8x11 inch white paper. Tables a nd illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material will be double spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined business proposal shall not exceed 15 total pages, inclusive of product literature. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offeror. To support their business offer, offerors are requested to submit electronic pricing workshops (e.g. Schedule of Deliverables) (e.g. MS Excel) inclusive of formulas, also on the CD-ROM. If conflicts arise between material presente d in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Proposal Content: Describe your ability to currently meet the performance requirements stated in the Tasks description for the Moving Target Computer-Based Program and Instruction Aids. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to arrive at the following location no later than 1300 (EST) 15 June 2007; Regional Contracting Office; ATTN: Sgt Jessycca McKellop; Bldg 2010 Henderson Road; MCB Quantico, VA 22134. Note: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. FAR 52.212-2: EVALUATION: COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall b e used to evaluate offers: Factor 1. Technical Ability/ Experience Sub-factor 1a. Experience Sub-factor 1b. Depth of knowledge Factor 2. Past Performance Factor 3. Price Technical and past performance, when combined, are more important than cost. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. Each offeror shall be evaluated relative to the following factors (listed in descending order of importance). FACTOR 1: Technical Ability/ Expertise Documents an in-depth understanding of the process required to provide: ? Development of computer based training course. ? Ability to provide Systems Approach to Training (SAT) advice and how to apply to a computer based training scenario. ? Ability to provide programming knowledge of computer based training as it applies to the USMC distance learning system. ? Ability to provide thorough knowledge as gathered from the SAT process for the development of the pocket guides. The ability to display in a computer system the differing methodologies with small arms weapons systems and how the differing rates of fire from the weapons systems shot trajectories are displayed in relation to a moving target. SUBFACTOR 1a: Experience Contractor must have In-depth knowledge and experience with all key Range and Training Area Management (RTAM) technologies and functions including the Range Safety Course Computer based Training module, SAT methodology and knowledge on the integration of a computer based learning module into the USMC distance learning system. SUBFACTOR 1b: Depth of Knowledge Contractor must demonstrate a thorough knowledge in Range and Training Area Management (RTAM) business process and the systems that support them. Business process knowledge includes an understanding of Range Safety and Training Research processes. The contractor should also demonstrate past and current knowledge of IT systems, tools and databases that support these processes. This specifically includes significant knowledge of Range and Training Area Management System (RTAMS), Systems Approach to Training (SAT), and the Inter-service Range Safety Course (Intermediate). FACTOR 2: Past Performance Contractor shall provide three (3) references on previous contracts of the same or similar type work. The Contractor shall provide the Contract Number, Point of Contract, dollar value of the contract, and a brief synopsis of the work performed. Available data on all contractors submitting quotes will be reviewed and evaluated. Elements to be considered include, but are not necessarily limited to quality of deliverables, timeliness of deliverables, and adequacy of administrative reporting. Evaluation preference will be given for experience providing similar services to range and training area related activities within the USMC. FACTOR 5: Price Although cost is the lowest important factor, it becomes increasingly important when offerors receive similar ratings for the other factors. Task Description The Range and Training Area Management (RTAM) Division, Training and Education Command (TECOM) is tasked to develop and formalize instructional and training programs in support of moving targets by the Commandant of the Marine Corps. The object of this initiative is to design and implement an instructional training program to teach Marines how to effectively engage moving targets, thereby increasing the war fighting capabilities of individual Marines. CLIN ITEMS The following CLIN line items will be conducted for a period of 180 days after the award of contract. The offerors shall provide the costs associated per line item listed below. CLIN 0001 Develop an instructional component for moving targets. a. Develop Computer Based Training (CBT) instruction supporting the current doctrine on moving target engagements. b. Product will require computer graphics design to ensure that the product allows for student interaction with the training. CLIN 0002 Practical application component, develop a minimum of 6 exercises (walking, running, fleeing, diagonal, approaching and lateral) that will provide the following scenario options: a. Utilize scoped optics and iron sights for the M16. b. The Marine will be able to move the rifles sights to obtain proper sight picture and then fire his weapon(s), all by utilizing a computer mouse. c. Show a ?3D? enemy combatant in an urban environment d. Utilize varying range to target(s). e. Utilize differing target movement speeds. f. Utilize differing angles of the target as presented to the Marine being trained. g. Require the student to conduct range estimation. h. Program will provide feedback to indicate where the placement of the front sight post or the reticle pattern was at when the shot was delivered. i. Program will provide feedback of the shot placement either on or around the target with accompanying instruction to correct aiming error, or to reinforce a good shot. CLIN 0003 Follow-on training component with the Indoor Simulated Marksmanship Trainer (ISMT). a. Assist with the development of scenarios for the ISMT to ensure that the same technical qualities of the standalone CBT are integrated into ISMT scenarios. b. Contractor will deliver the CBT scenarios to the ISMT program manager for integration. CLIN 0004 Develop a moving target pocket guide. a. Pocket guide will include must know information as it pertains to moving targets. b. Pocket guide will be made of waterproof paper. c. Pocket guide will have hard plastic covers. d. Pocket guide will be held together by screw in posts to allow for additional pocket guide chapters. e. Pocket guide page size will be 5.5 inches wide and 8.5 inches in height. f. Pocket guide will include graphics of proper leads and others graphics/tables as required to support must know information. 5) Develop Machinegun scenarios as an add on module for the CBT for each of the 6 exercises. a. Utilize iron sights for the M249 SAW and the M240. b. The Marine will be able to move the machinegun sights to obtain proper sight picture and then fire his weapon(s), all by utilizing a computer mouse. c. Show a ?3D? enemy combatant in an urban environment. d. Utilize varying range to target(s). e. Utilize differing target movement speeds. f. Utilize differing angles of the target as presented to the Marine being trained. g. Program will provide feedback to indicate where the placement of the front sight post or the reticle pattern was at when the shots were delivered. h. Program will provide feedback of the shot placements either on or around the target with accompanying instruction to correct aiming error, or to reinforce a good shot. Anticipated timelines of Deliverables Task/Deliverable Schedule (Business Days after Award) Initial Coordination Meeting 5 Days Draft Project Management & Execution Plan 10 Days Gov?t Comments on Draft Project Management & Execution Plan 15 Days Present Final Project Management & Execution Plan 20 days Instructional component initial Design 30 days Gov?t review of Instructional component design 35 days Correction of Instructional comments 45 days Practical application component 65 days Gov?t review of practical application 70 days Correction of practical application comments 80 days Follow-on training component with the Indoor Simulated Marksmanship Trainer (ISMT). 100 days Develop a moving target pocket guide 115 days Gov?t Review pocket guide 120 days Correction of pocket guide 125 days Develop Machinegun scenarios as an add on module for the CBT 145 days Gov?t review scenarios 150 days Correction of CBT scenarios. 180 days FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION; 52.212-3 ? OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS; 52.212-4 ? CONTRACT TERMS AND CONDITIONS, COMMERCIAL ITEMS; 52.212-5 ? CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, COMMERCIAL ITEMS; 52.204-9 ? PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; 52.242-17 ? GOVERNMENT DELAY OF WORK; 52.222-42 ? STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; 52.227-14 ? RIGHTHS IN DATA, GENERAL; 52.227-17 ? RIGHTS IN DATA, SPECIAL WORKS; DFARS 252.212-7001 CONTRACT TERMS AND CONSITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS are incorporated in this solicitation. Also, local clauses addressing Wide Area Work Flow and Authorized Personnel will be included.
 
Record
SN01310815-W 20070607/070606084729 (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 |
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.