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