SOURCES SOUGHT
69 -- Live Training Systems (LTS) Interactive Multimedia Instructions (IMI) Development and Pilot Training Evaluation Events - DRAFT SOW
- Notice Date
- 10/28/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-RFI-IMI_PTE
- Archive Date
- 11/26/2016
- Point of Contact
- Christopher J. Camp, Phone: 4072083373
- E-Mail Address
-
Christopher.J.Camp9.civ@mail.mil
(Christopher.J.Camp9.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW BRIEF DESCRIPTION: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Live Training Systems (PM LTS) has a requirement to procure the services of a training company to analyze, design, develop, implement, and evaluate an Interactive Multimedia Instructions level four product that can be hosted and accessed both on the Army Learning Management System (ALMS) and as a mobile APP (Android & IOS systems) on the U.S. Army Training and Doctrine Command (TRADOC) APP Gateway (TAG) for the Bradley Combat Vehicle Tactical Engagement Simulation Systems (CVTESS). Additionally, it has a requirement to perform a 12 month Pilot Training Evaluation (PTE) event of the initial and sustainment training programs comparing the Bradley CVTESS IMI and the Individual Weapons Systems (IWS) Job Performance Aid (JPA) to their perspective existing Instructor Led Training (ILT) programs to determine their educational value, training effectiveness, capabilities and limitation, knowledge and skill retention rate, suitability, and cost effectiveness. REQUIREMENTS: a. The solution performed on this effort shall be complaint with TRADOC Regulation 350-70, the Army Learning Concept (ALC) 2015 guidance (learner centric), and MIL-PRF-29612B. b. The solution shall include a PTE event of the Bradley CVTESS IMI product (Mobile APP, and ALMS) and ILT which shall contain a training evaluation plan, training evaluation results, and an instructional delivery system test and evaluation inclusive of such things as: demographics, knowledge and skill retention levels, rates, complexity, comprehension, difficulty, location, pre-test and post-test, in support of both the ILT and IMI training products, and Q&A. c. The solution shall include a PTE event of the IWS JPA and ILT which shall contain a training evaluation plan, training evaluation results, and an instructional delivery system test and evaluation inclusive of such things as: demographics, knowledge and skill retention levels, rates, complexity, comprehension, difficulty, location, pre-test and post-test, in support of both the ILT and JPA training products, and Q&A. d. The solution shall include the design and development of a Bradley Combat Vehicle Tactical Engagement Simulation System (CVTESS) Interactive Multimedia Instructions (IMI) level four (4). e. The IMI solution shall be a Learner-Centric outcome-based education and training solution as identified by Army Learning Concept 2015. f. The IMI solution shall provide the information necessary to support attainment of the physical and mental skills and attitudes required for operators to perform the necessary learning objectives (LOs) for the training systems. g. The solution shall demonstrate the contractor's ability understand, follow, and utilize MIL-PRF 29612C Training Performance Specification and the supporting Data Items Description (DIDs) application appropriately. h. The solutions shall demonstrate that the contractor has performed such training requirements including analyzing, designing, developing, implementing, and/or evaluating for the US Army or other Government agencies and/or has the capability/past performance to perform work similar in scope. i. The IMI solution shall analyze the job tasks (introduction, theory of operation, inspect, prepare, install, power-up, calibrate/align, setup, operate, power-down, remove, troubleshoot, remove, etc.) and design an interactive level 4 product that will support initial, sustainment, and refresher training for the product life cycle. 1) The solution shall include elements to challenge, motivate, and incentivize the Soldier to participate in training. 2) The COA solutions shall include an initial, sustainment, and refresher training strategy that can support the new equipment training (NET), institutional training, Home station training, and CTCs training for the life cycle. 3) The solution shall provide baseline requirements data necessary for the development and production of learner-centric media. The solution shall deliver a "wireframe" that is a technical demonstration, exclusive of the actual course content, of the sequencing and navigation of the specific instructional design documented in the Instructional Media Design Package (IMDP) on the ALMS CTE and or test server. 4) The solution shall design a SCORM 2004 3rd edition compliant, web-based IMI courseware to maximize reusability of content by designing content as individual Sharable Content Objects (SCOs) in accordance with ADL SCORM Initiative and the SCORM Business Rules. 5) The solution shall develop SCOs for each Enabling Learning Objective (ELO) using the definition of an ELO by TRADOC Regulation 350-70. The contractor shall batch SCOs as needed to improve the students learning experience. 6) The solution shall be SCORM 2004, 3rd edition compliant for both content and the targeted Army Learning Management System (ALMS) as well as the TRADOC APP Gateway (TAG) (for Mobile Apps) to ensure that they are interoperable, accessible, reusable, playable, and durable. 7) The solution shall provide specific data necessary to support the transfer of knowledge, skills, and attitudes by use of learner-centric instructional media. 8) The solutions shall test to verify sharable content objects (SCOs) ability to communicate with the target Army Learning Management (ALMS) v3.0 Suite, Saba Enterprise 5.3 Learning Suite Service Pack 1 using the ADL Test Suite content Package Conformance Test and the TAG for mobile apps. 9) The solution courseware shall play on the current versions of the Digital Training Facility (DTF) Student Workstation configuration, the Baseline Home Computer Configuration, and for mobile app on smart devices (smartphone and tablet) for android and IOS systems. 10) The solution shall provide a top level imsmanifest file and SCORM 2004 3rd edition compliant schema files as part of the content package. 11) The solution may leave the individual imsmanifest files and SCORM compliant schema files in their SCOs; however, when a SCO(s) is part of a higher level aggregation, these files are not required and shall not be included as resources in the top level imsmanifest file. 12) The solutions shall develop a SCORM 2004 3rd edition compliant Runtime Environment for all Sharable Content Objects (SCOs) that implements the mandatory minimum API calls and Data Models IAW paragraph 4 of the SCORM Business Rules. The solution may use additional API calls and Data Model elements as long as they are LMS SCORM 2004 3rd edition compliant elements that are supported by an Army Learning Management (ALMS) v3.o suite, Saba Enterprise 5.5 Learning Suite Service Pack 1 SCORM compliant LMS and the TAG for mobile apps. ACQUISITION APPROACH: An acquisition approach has yet to be determined. The Government is currently refining requirements and will utilize industries capability statement responses to assist in developing the appropriate acquisition approach. RESPONSES REQUESTED: The purpose of this request is to identify potential training companies that are capable of meeting the requirements. Contractors electing to respond shall provide responses that include a capabilities statement (limited up to 20 pages not including the cover sheet) that include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, DUNS number, CAGE code, Small Business Size Status as it relates to each NAICS Code and any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc.). Small businesses are asked to indicate interest in participating as the prime contractor or as a subcontractor. The capability statements shall also provide the following: a. Description of current training product(s) that meets or can be modified to meet the aforementioned requirements; b. Description of a previous training solution that has been fielded and can demonstrate aforementioned requirements; c. Description of commercial solutions in the marketplace that can satisfy the aforementioned requirements; d. Description of the relevant work experience and capability to complete some or all of the work within the subject effort; e. Timeline and an estimate to design, develop, and implement Bradley CVTESS IMI product; f. Timeline and an estimate to perform the training evaluation planning for Bradley CVTESS IMI and IWS JPA products; g. Timeline and an estimate to conduct the PTE events for IMI & JPA products periodically for 12 month starting after the initial NET of IMI product; h. Timeline and an estimate to create report documenting the findings, results/conclusions, and recommendation as a result of the PTE events. All responses shall be sent via email to Christopher Camp, Contract Specialist, at christopher.j.camp9.civ@mail.mil. The deadline for submitting capability statements is 4:00PM (EST) on 11 November 2016. DISCLAIMER: This Sources Sought is for Training Data Product Market Research purposes only and is being used as an instrument to identify potential training technologies and sources that can provide the training design, development, implementation, and evaluation capabilities described within this notice. The information provided in this notice is subject to change and is not binding on the Government. This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to formulate any potential acquisition strategy. Additionally, all submissions become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this Request for Information. Contracts POC: Ms. Christopher Camp, 407-208-3373, christopher.j.camp9.civ@mail.mil Training POC: Ms. Destiny Laski, 407-384-5491, destiny.g.laski.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d715624c18f9d0cc79e2ba6323be3e4)
- Record
- SN04315126-W 20161030/161028233743-0d715624c18f9d0cc79e2ba6323be3e4 (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 |