Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

R -- Technology Enhanced Learning (TEL) Instructional Designer - Television Production

Notice Date
8/17/2010
 
Notice Type
Presolicitation
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
N2722100044
 
Response Due
8/31/2010
 
Archive Date
8/17/2011
 
Point of Contact
Elizabeth M. Kenney Contract Specialist 3039876822 Elizabeth_Kenney@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION 1: DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% set aside for small business concerns. The NAICS code is 541490. The following provisions and clauses apply to this acquisition:52.212-1, Instructions to Offerors-Commercial52.212-3, Offeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.204-7, Central Contractor Registration52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration SECTION 2: STATEMENT OF WORK Technology Enhanced Learning (TEL) Instructional Designer - Television Production Introduction The National Park Service (NPS) is a geographically decentralized organization with significant training challenges in both resources and logistics. The National Park Service Training and Development Community realized the tremendous value and role that technology could play in training employees in evermore efficient and cost effective ways. It is because of this realization that Learning and Development initiated the Technology Enhanced Learning (TEL) Initiative in 1998. The TEL Initiative is a strategy for planning, designing, developing, delivering, and evaluating learning at a distance. Background The TEL Program is responsible for: "Integrating distance-learning strategies into the learning and development program."Facilitating each employee's need for competency-based training "just in time"."Training large numbers of employees at or near their worksites."Reducing overall training delivery costs when possible. "Cultivating the network as a management tool. Scope of Services The scope of these services is to conduct all research, consulting, content development, and solution implementation activities required to provide the services, as outlined in the Specific Requirements section below. The successful contractor must have experience providing Instructional Design with Distance Learning content development for distributed learning and technology-enabled training initiatives. This Designer needs to be specialized in interactive television training programs. (TV Production) The contractor must also have an understanding of the National Park Service and experience working within complex distributed environments. The base year period of performance will be Aug. 22, 2010 to Aug 21, 2011, with two consecutive option years to be elected at the discretion of the government. Although the contractor may be able to do some work remotely, the majority of the work will take place at the Mather Training Facility, 51 Mather Place, Harpers Ferry, WV 25425. Specific Requirements 1.Curriculum Analyzes, Design, Development, Delivery, Content Acquisition and Course Conversion1.1The Contractor shall provide technical support to analyze program curriculum, make appropriate media selection decisions, design and develop the requisite materials for course conversion or new course development using alternative methods where appropriate. The Contractor shall conduct analysis of the target audience to develop an understanding of the career field goals and objectives. The Contractor shall analyze existing developmental tools and recommend strategy to best train target audience using possible blended learning approaches. The contractor shall develop a sequencing strategy for course design and development along with design element outline. 1.2The Contractor shall provide Style Guides, Templates, Instructor Guides, Student Guides, evaluation plans, storyboards, business processes, with supporting visuals and graphics as needed for each individual identified developmental opportunity. The contractor shall develop all appropriate materials to support the final media/technical platform chosen for delivery, and when required, provide qualified instructional trainers to support the training delivery. Analysis shall be conducted, where appropriate, to ensure optimal, blended learning solutions. 1.3The contractor shall provide, when needed, on-site support, instructor coaching, and direction of technical support personnel during course practice and final course delivery. Emphases of this contract is on Interactive Television. 1.4All training elements must interface with Training and Developments LMS, (Learning Management System) "DOILearn." 2. Project Management Support: The contractor shall have proven project management skills to handle multiple project assignments, in different stages of development at the same time. Instructional Designer will be given wide latitude in completing assigned tasks. It will be their job to use their management skills to complete work on time and within budget. Functional Responsibility: Working with subject matter experts (SMEs), clients and other curriculum development team members to research, design, and develop material for new courses. Develop, administer and analyze results from training needs assessments (qualitative and quantitative) to determine appropriate training content. Determine delivery method. Utilizes needs assessment results to determine training program outline and agenda. Conceives designs and develops distance learning events. Oversees and reviews the development of teaching aids including training manuals, demonstration models, reference materials and visual aids.This position is responsible for: "Meeting with the client to determine their organizational and professional development needs."Taking analysis information and recommend appropriate delivery method. "Developing new courses, materials to utilize in training engagements."Writing, editing and publishing training guides, manuals and exercises to be used during synchronous television programs."Having television production skills and knowledge to direct presenters in a studio environment."Revising, updating and maintaining training materials. The period of performance will be October 1, 2010 through September 30, 2011 for the base year, with two consecutive option years to be elected at the discretion of the government. SECTION 3: INSTRUCTIONS TO OFFERORS 2.1Introduction Offers shall be received by Tuesday, August 31st, 2010, 2:00 pm Mountain Daylight Time (MDT). Offers shall be submitted via email only to Elizabeth_Kenney@nps.gov. If any portion of an Offeror's proposal is received after the 2:00PM (MDT) submission deadline on Tuesday, August 31st, 2010 the Offeror's entire proposal will be considered late. All late proposal submissions will be handled in accordance with FAR 15.208. All proposals must be clearly identified as SOURCE SELECTION SENSITIVE MATERIAL, SOLICITATION N2722100044 in the subject line. 2.2Prospective Offeror's Questions Questions concerning this RFP must be received via email to the Contract Specialist at the address above. Any requests for additional information or explanations concerning this document must be received no later than 2:00 p.m. MDT on Tuesday, August 24th. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of proprietary information. 2.3Proposal Preparation Instructions The proposal shall clearly demonstrate the Offeror's understanding of the overall and specific requirements of the Scope of Services; convey the Offeror's capabilities for transforming their understanding into accomplishments for performing the RFP. Each proposal shall clearly demonstrate the Offeror's understanding of the overall and specific technical requirements of the Scope of Services. Proposals must be legible, single-spaced, typewritten (on one side only), in a type size not smaller than twelve (12) point proportional, on paper not larger than eight and a half by eleven inches. Each Offeror must submit a proposal, which consists of three (3) parts: Part 1 - Past Performance/Experience Information The Offeror shall describe previous experience in performance for technical projects similar in size, scope, technical difficulty, and complexity to the requirement being competed. The Offeror shall cite two (2) projects performed within the last three (3) years, to be used as references. For each relevant project, Offerors shall identify the following:A.CustomerB.Contract Number/Contract TitleC.Delivery Schedule/Period of PerformanceD.Description of the Work Performed E.Unique or Complex Characteristics of the ProjectF.Relevance to NPS RequirementG.Name, address and current phone number for the Customer's Technical Manager Part 2 - Demonstrated Technical/Management Capability The Offeror shall describe its technical approach to performing each task delineated in the Statement of Work in Section 4 below. Part 2 shall be no more than ten (10) pages total, excluding any sample resumes offeror chooses to include.Part 3 - Pricing The Offeror shall prepare a Price Proposal that contains the hourly rate for the instructional designer. Performance PeriodHourly Rate Base Year(10/01/2010 - 09/30/2011)$ Option Year 1(10/01/2011 - 09/30/2012)$ Option Year 2(07/01/2012 - 09/30/2013)$ SECTION 4: EVALUATION Source Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), Department of Interior Acquisition Regulation (DIAR). Award will be made to the Offeror whose proposal represents the best value to the Government, price and other factors considered. NPS will perform a technical and business evaluation, based on the Offerors' written Past Performance/Experience (Part 1), Technical (Part 2), and Price (Part 3) proposals, to assess the best value to the Government. Price proposals will be evaluated to determine fairness and reasonableness. The Government will use commercial or market price lists, Independent Government Cost Estimate (IGCE), or other information available to NPS in assessing the reasonableness of prices proposed. The Government may award without discussions; however, the Contracting Officer (CO) reserves the right to hold discussions if necessary. Accordingly, each initial offer should be submitted on the most favorable price and technical terms that the Offeror can submit to the Government. The Government will evaluate each proposal using the following evaluation factors listed in descending order of importance: A.Demonstrated Technical/Management Capability;B.Past Performance/Experience; andC.PriceD.Small business certification (essentially pass/fail) Demonstrated Technical Capability is slightly more important than Past Performance/Experience. When combined Demonstrated Technical/Management Capability and Past Performance/Experience are more important than price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2722100044/listing.html)
 
Place of Performance
Address: Harpers Ferry, WV
Zip Code: 25425
 
Record
SN02243970-W 20100819/100817235948-3b3d2449cb549950ad4338e60e142910 (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.