Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2013 FBO #4163
SOURCES SOUGHT

U -- Learning Asset Development and Sustainment

Notice Date
4/16/2013
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Missile Defense Agency, (MDA), (DACS), Building 5222, Martin Road, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
DAU-2013-0001
 
Archive Date
5/16/2013
 
Point of Contact
Valarie Hall, Phone: 2564504037, Bradley Price, Phone: 256-450-1429
 
E-Mail Address
valarie.hall@mda.mil, bradley.price@mda.mil
(valarie.hall@mda.mil, bradley.price@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Description. This announcement is to conduct market research on industry's ability to provide integrated learning asset program solutions to support a learning environment for the Defense Acquisition Workforce development to include all aspects of curriculum development. This environment includes robust learning assets that include but are not limited to the following: Distance Learning (DL) courses, Continuous Learning Modules (CLMs), Classroom courses, Rapid Deployment Training (RDT), performance learning tools, gaming and simulation, other media/modes as well as Instructional System Design (ISD) support and Subject Matter Expert support for Defense Acquisition Workforce personnel. The Government does not intend to award a contract based on this request for information (RFI). Any response will be treated as information only and not a proposal. Responses will be separated from, and have no bearing on, proposals submitted to any future formal RFP. Eligibility to participate in a future acquisition does not depend upon your response to this notice. The MDA does not intend to pay for the information solicited and will not reimburse any costs associated with responding to this RFI. There is no solicitation available at this time and funding has not been currently been allotted for this effort. The Government may use non-Government (contractor) support personnel as subject matter experts to help the program office review the responses, including review of any marked or unmarked proprietary information. The non-Government (contractor) support personnel have executed non-disclosure agreements with the Government. Those agreements are on file with the Government. If you respond to this RFI, it would constitute your acknowledgement and agreement that the information you provided, including any marked or unmarked proprietary information, may be disclosed to these non-Government (contractor) support personnel. 2. Background. The objective of this effort is to improve job impact and performance of Defense Acquisition Workforce personnel. These objectives are obtained through various learning assets that are available to the Defense Acquisition Workforce 24/7. In order to achieve these objectives contractor support is required to develop a variety of learning assets that: (1) fill gaps in existing products to address identified DoD functional competencies; (2) revise learning assets to address major policy, regulatory and statutory changes; and (3) develop new learning assets in response to policy, regulatory, and statutory changes.. Key objectives related to learning asset development include: · Research and analysis, design, development, production, piloting, and sustainment of the various learning assets identified above. · The creation of other related learning asset artifacts (e.g., guidebooks, fact sheets, case studies, podcasts, video vignettes, software tools and gaming/simulation resources). · The ability and agility to meet sudden and changing requirements resulting from DoD policy, regulatory, and statutory changes. · The identification of new and emerging e-Learning technologies potentially to combine, renew and/or replace outmoded or obsolete tools and technologies. · Providing timely and high-quality subject matter, instructional system design and domain expertise across acquisition/functional areas as needed to meet identified mission requirements. 3. Requirement. The scope of the effort requires the contractor to provide learning asset analysis, design, and development and support services in the following areas: · Be responsible for all phases of analysis, design, development and delivery of custom learning assets in accordance with Defense Acquisition University (DAU) standards and guidelines. · Provide services to perform learning asset analysis, development, piloting, sustainment (maintenance and revision), to include subject matter expertise in support of initial development activities as well as faculty and student pilots. · Work with staff and contractor teams to resolve any learning asset deployment issues. · Use DAU-approved tools, standards, and IT systems for all learning assets developed and being sustained. This objective includes the use of the Composica authoring tool used by DAU for on-line learning assets (DLs and CLMs). The Composica authoring is known within DAU as the Development and Revision Tool (DART). · Ensure contractor personnel are trained in the use of Government and DAU unique IT systems, i.e. DART, Blackboard, and ATLAS. · Identify and recommend creative applications and best practices for learning asset development. · Develop and maintain relationships and interface agreements with all other contractors and partners. · Participate in and support working groups as required, including career field Functional Integrated Product Teams (FIPTs), strategy teams, etc. 4. Submission Instructions. The MDA requests interested parties submit responses that cover the following items: Responses are limited to a maximum of 15 pages, excluding the cover page. The cover page must show: 1) Company name and address 2) Primary point of contact and one alternate 3) Telephone number and e-mail address 4) Dun & Bradstreet, or "D-U-N-S," number 5) Commercial And Government Entity (CAGE) code 6) NAICS code 7) Small business category and size standard, if applicable 8) Facility clearance, and to what level. At a minimum, offerors should address the following topics: 1) Previous experience developing high quality competency-based federal or DoD acquisition training to include classroom and distance learning courseware, continuous learning modules, Rapid Deployment Training and workshops. 2) Previous experience developing and incorporating gaming and simulation and other media assets into courseware and developing performance learning support tools and other artifacts to incorporate into the courseware to enhance student learning. 3) Demonstrated experience in course development including rollout methodologies and methods of assessing training effectiveness. 4) Contracting and acquisition expertise on staff or under contract, acquisition core competencies, processes to address course impacts from evolving acquisition guidance and environments to include instructional designers (ISDs) and subject matters experts. 5) Course development lead times and processes. 6) Process for selecting learning asset artifacts appropriate to course and learning objectives. 7) Provide a clear description of how you will rapidly respond to requested changes in learning assets that occur in the dynamic DoD environment and are driven by changing policies, regulations and statutes. 8) Address how adequate resources will be obtained should the needed capability not be available "in-house". Submit your response in electronic format to Valarie Hall, Contracting Officer, at Valarie.hall @mda.mil, no later than 15 calendar days after the original posting of this request. Submit questions that help interested sources clarify information in this RFI in electronic format and send them to the email address above. All questions must be received no later than 5 calendar days after the original posting of this request. The Government will try to answer as many questions as possible, but may defer some to an Industry Day. In all cases, the Government will provide answers publicly. The MDA will not acknowledge receipt of responses to this RFI. With respect to this effort, MDA will not accept classified information. 5. Industry Day. The MDA may conduct an Industry Day and possibly have one-on-one discussions after reviewing responses to this RFI. If you respond, we encourage you (including small and small disadvantaged businesses) to attend and discuss this RFI with us. Details of the Industry Day will be in a forthcoming announcement on the Federal Business Opportunities website ( www.fbo.gov ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACS/DAU-2013-0001/listing.html)
 
Place of Performance
Address: Ft. Belvoir, Ft. Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03038289-W 20130418/130416235213-46fd84217086dd3b446e47eeae7e5dec (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.