Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
SOURCES SOUGHT

U -- SAPR Virtual Immersive Training

Notice Date
12/31/2014
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-15-RFI-0200
 
Archive Date
1/10/2015
 
Point of Contact
Jamie A. Dufrene, Phone: 7037840081
 
E-Mail Address
jamie.dufrene@usmc.mil
(jamie.dufrene@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Regional Contracting Office – National Captial Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for U.S. Marine Corps (HQMC) Sexual Assault Prevention and Response (SAPR) Virtual Immersive Training CONTRACTING OFFICE ADDRESS: 2010 Henderson Road, Quantico, Virginia 22134 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. The Regional Contracting Office is seeking information for potential sources for HQMC Sexual Assault Prevention Response (SAPR) Virtual Immersive Training. The mission is to develop and manage an evidence-based, comphrehensive, and integrated SAPR program that ultimately eliminates sexual assault in the ranks of the Corps while simultaneously providing world-class caare to those who are victims of the crime. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-13-F-0154 Contract Type: FFP Incumbent and their size: Metro Communications, Inc Method of previous acquisition: 100% Small Business Set Aside REQUIRED CAPABILITIES: The objective of this project is to design, develop, and deliver a self-paced SAPR training program for Company Grade Officers and Staff Noncommissioned Officers that is comprehensive, virtual, computer-based, and interactive, utilizes a video production-style simulation using live actors, and hones in on adaptive thinking and decision-making. The target audience will learn about consequences of their decisions and actions in terms of how they can affect a victim, unit, and ultimately the Marine Corps. The training shall center on a video production-based simulation requiring participants to play particular characters in order to identify, prevent, and/or intervene in sexual assault or related incidents or dilemmas. The participants will practice in the safety of cyberspace to address real-life situations they may encounter in their roles as Company Grade Officers and Staff Noncommissioned Officers. This project is specific to sexual assault, not sexual harassment. As defined by DoD Directive (DoDD) 6495.01 (2012), sexual assault is the intentional sexual contact characterized by use of force, threats, intimidation, or abuse of authority or when the victim does not or cannot consent. Sexual assault includes rape, forcible sodomy (oral or anal sex), and other unwanted sexual contact that is aggravated, abusive, or wrongful (including unwanted and inappropriate sexual contact), or attempts to commit these acts. The final product shall incorporate and infuse all of the following requirements and themes listed below, including any new updates or revisions made to relevant policies identified by the Government during the contract period of performance. (a)DoDI 6495.02, specifically Enclosure 10 section 2(d) and section 3(c) and 3(d), Enclosure 4, and Enclosure 5; (b)DoD SAPRO Annual/Refresher SAPR Training Core Competencies and Learning Objectives; (c)DoD 2014-2016 Sexual Assault Prevention Strategy; (d)MCO 1752.5B, specifically Chapter 3 and Chapter 8; (e)Marine Corps ethos of honor, courage, and commitment; (f)Marine Corps positive command climate; and (g)Marine Corps peer-to-peer SAPR mentoring and bystander intervention. The final product shall incorporate instructional design, Bloom’s Taxonomy of learning domains, adult learning theory techniques, storytelling, immersive learning methods, and any other applicable curriculum development theory and design that modifies the learner’s behavior and equips the learner with information and skills to carry out their SAPR roles and responsibilities as well as reinforce a positive command climate. The Contractor shall provide broadcast quality (high quality) and deliver final media products using the following specifications: VideoImagesAudioAnimations Uncompressed raw video shot at 29.97 frames per second—native file formats MOV, QT, DV-NTSC, or MPEG-2 with a non-compressing codecPSD, TIF, RAW files with a resolution of 200 dpi or greater; Layered files should NOT be flattenedAIFF Stereo 44.100kHz with no compression, ACC Stereo 44.100 kHz with no compression, RealAudio LL audio lose-less codec, WMA WMA9 LLUncompiled FLA native flash format; 3D Studios Max files 2008 or newer including all textures associated with the models, lighting rigs, and key frames The Contractor shall develop the training simulations to be SCORM conformant as required by DoDI 1322.26 and can be easily uploaded and hosted on the Internet via a Marine Corps or DoD website or portal. At minimum, SCORM compliance shall be completely functional on MarineNet. The Government will provide the Contractor with a point of contact for current Marine Corps technology standards and specifications. SPECIAL REQUIREMENTS The Contractor shall have demonstrated strong knowledge of the Marine Corps, including the history and lexicon of the Navy and Marine Corps. The Contractor shall have demonstrated subject matter expertise on sexual assault. The Contractor shall also be familiar with sexual assault prevention strategies and the DoD 2014-2016 Sexual Assault Prevention Strategy. The Contractor shall have a strong knowledge of the Marine Corps SAPR Program and/or the DoD or other military service SAPR programs. The Contractor shall be familiar with and respectfully handle emotionally sensitive and traumatic topics such as sexual assault. The Contractor shall be familiar with the Marine Corps training and education environment to include familiarity with Marine Corps curriculum formatting standards. The Contractor shall have demonstrated experience and have a proven record of developing technical and specialized curricula. The Contractor shall have demonstrated expertise and experience with adult learning theory, instructional design, storytelling, and immersive learning techniques and methods. The Contractor shall have demonstrated expertise and experience with Bloom’s Taxonomy of learning domains, with special emphasis on the higher levels of the cognitive and effective domains. The Contractor shall have demonstrated experience in developing training and curricula that is research-based to ensure that the content and context are realistic and sound. The Contractor shall have demonstrated independent academic reviews and/or evaluations documenting and assessing evidence-based results of efficacy in behavior modification and performance improvement through virtual and immersive learning methods. The Contractor shall have a proven ability to develop, script, produce, edit, and deliver high-quality videos that are educational, pedagogically sound, interactive, and engaging. This includes skills that allow successful completion of any and all tasks associated with the pre-production, production, and post-production of videos. The Contractor shall have demonstrated expertise and experience designing, developing, and engineering high-quality computer games with special emphasis on simulation and virtual immersive learning. The Contractor shall have the proven ability to seamlessly combine computer-based simulations with video-drama productions and written curriculum in order to develop a realistic and multidimensional learning experience and training product. The Contractor shall have the ability to develop final products that will be relate to and resonate with the target audience of Company Grade Officers and Noncommissioned Officers. The Contractor shall have the proven ability to blend creativity with required objectives and tasks to develop a superior final product. The Contractor shall provide the necessary resources and infrastructure to manage and administer this project as defined in this PWS, including in-house organic capabilities for instructional design and video production. The Contractor shall have demonstrated expertise and experience with developing and successfully implementing pre-test and post-test that measure knowledge and skills and course evaluations as an integrated component of a training or curriculum package. The Contractor shall have demonstrated expertise and experience with developing and successfully implementing tests, quizzes, evaluations, and surveys that measure knowledge, skills, and course success. The Contractor shall also be experienced in utilizing behavioral theories and models for problem-based learning and designing and developing of evaluations and surveys. The Contractor shall have demonstrated experience with IRBs as described in the National Research Act of 1974. The Contractor shall have experience in general requirements, processes and procedures, and successful submissions of products to internal business and Government IRBs to factor whether evaluations and surveys are classified as human subjects research. The Contractor shall have demonstrated experience in organizing and conducting focus groups and pilot sessions as critical tools in collecting information and feedback, developing, revising, and implementing training and curricula. The Contractor shall be responsible for establishing an administrative and operations-focused staff capable of handling the contract responsibilities and tasks. The Contractor shall have access to in-house organic capabilities and high-quality technical equipment and resources to develop and deliver the final product. The Contractor shall have highly qualified and experienced staff developing training content and video production. The Contractor shall have the demonstrated expertise and experience building a computer-based training simulation that does not require specialized software or hardware that must be installed on Marine Corps computers. The Contractor shall have experience building a computer-based training simulation that is compatible with existing software and hardware already available to their client. The Contractor shall have demonstrated expertise and experience with SCORM and building computer training simulations that are SCORM compliant as required by DoDI 1322.26. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611430, with the corresponding size standard of $11M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources, including small businesses that can provide the required services under the NAICS Code. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Description of contractors’ ability to meet required capabilites. Vendors who wish to respond to this sources sought should send responses via email NLT 8 January 2015 5:00 PM Eastern Daylight Time (EDT) to jamie.dufrene@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-RFI-0200/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03607249-W 20150102/141231234022-47229368e067af0e75779b471ffda8fe (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.