Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221

MEDCOM CONTRACTING CENTER, ATTN MCAA BLDG 4197, 2107 17TH STREET, FORT SAM HOUSTON TX 78234-5015

D -- COMPUTER BASED TRAINING DEVELOPMENT SOL DADA10-99-Q-0013 DUE 111998 POC Contract Specialist Thomas Dickerson (210) 295-4631 (Site Code DADA10) The U.S. Army Medical Command, MEDCOM Contracting Center, Fort Sam Houston, Texas intends to award a firm fixed price Purchase Order for Non-Personal Services to support the development of Information Management Instruction (IMI) lessons for the 232nd Medical Battalion, Ft Sam Houston, Texas which cover 52 distance learning tasks for a total of 53 lessons (or 82 hours) of instruction for the Medical Specialist (91B30) course for distance learning in accordance with the Statement of Work (SOW) and Task List. These lessons will be highly interactive (TRADOC Levels II and III). The contractor will be required to use the Aviation Industry Computer-Based Training Committee (AICC) standards for data interchange with the Knowledge Management Network (KMN) Course Management System. The AICC standards may be downloaded from http://www.aicc.org/ via the internet. The contractor shall develop courseware to run on the KMN as web-based training (HTML) 3.2 format with the ability to write the courseware to CD-ROM (on demand) for the purpose of working off-line using an Internet browser. The period of performance is anticipated to be between 8 and 12 months from date of award. A firm performance period will be furnished at the Preproposal Conference. The SOW and Task List will be provided upon request, from the address below and available at the time of this announcement in the CBD. These must be obtained and reviewed prior to submitting a proposal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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. Solicitation number is DADA10-99-Q-0013 and is issued as a Request For Proposal (RFP). A preproposal conference will be held on 13 Nov 98, at the MEDCOM Contracting Center, 2107 17th Street, Bldg 4197, Ft Sam Houston, Txat 0900 hrs (9:00 am CST). Contractors are requested to advise the Contracting Officer of their intention to attend the preproposal conference and submit written questions in advance via fax to (210) 295-4937, NLT 1300 (1:00 pm EST) 12 Nov 98. It is the intention to award without discussions or oral presentations; However, the contracting officer does reserve the right to hold discussions either orally or written as necessary. If oral presentations are necessary they will be scheduled at a later date and will consist of presenting only the offerors sample CBT product with questions and answers from the evaluation panel. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-05. This acquisition is UNRESTRICTED, Standard Industrial Classification (SIC) is 7371 and Small Business size standard is $18.0 Mil. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, with addenda: paragraphs (h) and (i) of this provision do not apply and change paragraph (c) from 30 calendar days to 60 calendar days applies to this acquisition. FAR provision 52.212-2, Evaluation-Commercial Items, applies to this RFP with the following addenda: Paragraph (a) is filled in with (1) Technical capability; (2) Past Performance; and (3) Price. Technical Capability and Past Performance when combined, are more important than price. This will be a best value award and evaluations will be based on Technical Capability and Past Performance with pricing to be evaluated separately. Offerors must have the following minimum level II and III capabilities to be considered for award: (1) Knowledge and prior history of instructional design implementation, specifically the use of Designer's Edge software for the development of Computer Based Training (CBT) Templates; (2) Prior history developing highly interactive multimedia CBT in both CD and HTML based formats as follows: (a) Highly interactive is defined by TRADOC as performance oriented training that requires the student to practice what they have learned and receive immediate feedback by way of testing (i.e. pretesting that results in an adjusted learning environment and course length based upon test results, gaming, demonstration and simulation), (b) Knowledge and prior history of the use of audio and video streaming technologies (i.e. Real audio and Real video, Microsoft Netshow), (c) Knowledge and prior history of the use of AICC standards, (d) Knowledge and prior history of the following web based technologies: HTML 3.2, Active X, JAVA, Dynamic HTML, Cascading Style Sheets, Animated GIF, Graphic compression algorithms, and Active Server Pages or Database generated HTML via CGI, (e) Knowledge and prior history of the use of search engines in both CD-ROM based CBT and Web based CBT; (3) Knowledge and prior history of implementing training delivery and the management of training delivery (i.e. the interface between multimedia CBT material and the tracking and management of student progress). Offerors must submit, as part of their proposal, information that addresses the following evaluation factors: (1) PAST PERFORMANCE: Submit a list of 3 past or present contracts (during the last three years) that are similar in nature to the services required in this solicitation. The list shall include names, addresses, and telephone numbers (voice and fax) of points of contact that are familiar with your company's performance on the contracts listed; (2) TECHNICAL CAPABILITY: Offerors must submit a URL WEB PAGE ADDRESS and/or a sample CD of your CBT developed product, to access and view, in determining your capability to meet the governments needs in accordance with the SOW; and (3) PRICE: Submit a price for the course development. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with proposals. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, without addenda is applicable to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, without addenda, applies to this acquisition (including: 52.203-6; 52.203-10; 52.219-8; 52.219-9, 52.222-26; 52.222-35; 52.222-36; 52.222-37;); DFARS 252.201-7000, Contracting Officers Representative; 252.225-7035, Buy American Act- North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate; 252-212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items applies to this acquisition (including: 252.205-7000; 252.219-7003; 252.219- 7005; 252.225-7007; and 252.225-7012). In addition DFARS provision 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate, applies to this procurement. The following FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5, in full text, can be found at URL: http://www.armymedicine.army.mil/medcom/mcaa. Contractor must fulfil all the requirements of this notice. Proposals must be received by this office NLT 19 Nov 98 at 1600 hrs, (4:00 pm EST). All proposals from responsible sources meeting the minimum requirements will be fully considered and award will be contingent upon verification of registration with the DOD Central Contractor Registration Database. (NOTICE TO ALL POTENTIAL OFFERORS: REFERENCE DFARS CLAUSE 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. AS OF 31 MAY 1998, ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFERORS RESPONSIBILITY TO REGISTER AND/OR CONFIRM THAT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. ANY OFFEROR THAT IS NOT REGISTERED OR WHOSE INFORMATION IN THE REGISTRY IS INCORRECT WILL NOT BE ELIGIBLE TO RECEIVE AN AWARD). The attachments shall be requested from and proposals shall be mailed or hand carried to: MEDCOM Contracting Center, Attn: MCAA-C-MSS, 2107 17th St., Bldg 4197, Fort Sam Houston, Texas 78234-5015. All proposals must reference the solicitation number, company name, point of contact, address, phone number, fax number, business size, DUNS number, Tax I.D., Cage code, unit price, total extended price, payment terms and remittance address. For additional information regarding this solicitation, contact Thomas Dickerson or Nancy G. Villarreal, phone Posted 11/10/98 (I-SN269847). (0314)

Loren Data Corp. http://www.ld.com (SYN# 0038 19981113\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page