Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS

U -- INFORMATION ASSURANCE DEVELOPMENT COMPUTER BASED TRAINING

Notice Date
March 15, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive, Room W202, Scott AFB, IL, 62265-5015
ZIP Code
62265-5015
Solicitation Number
FA4452-01-Q-A058
Response Due
March 28, 2001
Point of Contact
Tammie Shelton, Contract Specialist, Phone (618) 256-9962, Fax (618) 256-5724, Email tammie.shelton@scott.af.mil -- Michelle Mendez, Contract Specialist, Phone (618)256-9969, Fax (618)256-5724, Email
E-Mail Address
Tammie Shelton (tammie.shelton@scott.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation under the number FA4452-01-Q-A058. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. The North American Industry Classification System (NAICS) code for this acquisition is 541511. The AMC Contracting Flight plans to issue a purchase order under the test program described in FAR 13.5 and in accordance with the following tasks, the contractor shall convert Government provided information assurance course content into computer and internet-based training, compatible with existing SmartForce Inc. playing, tracking, and report mechanisms. TASK 1 -- The contractor shall convert Government-provided Workgroup Manager and Web Administration course content into computer based training (CBT) courses that are accessible via the internet, intranets, local area networks, and can operate on a standalone personal computer. The contractor shall increase student interaction via pop-up questions and other activities as appropriate. All inserted graphics shall be approved by government Contracting Officer's Technical Representative (COTR). The contractor shall ensure courses are compatible with SmartForce Player, SmartForce Reporter, SmartForce Web, and CBT Campus products. The contractor shall ensure the completed course is available in "download" and "liveplay" versions capable of running with the Microsoft Windows 95, 98, NT, and Windows 2000 operating systems. The contractor shall ensure that, upon installation, the courses are automatically detected and added to the course listings in SmartForce Reporter, SmartForce Web, and CBT Campus without additional user or administrator intervention. The contractor shall ensure that the courses function within an Open Database Compliant (ODBC) 3.0 or later compliant database environment. TASK 2 -- The contractor shall modify the existing Information System User and System Administrator courses that have been provided by the government. Modifications will consist of inserting appropriate graphics to illustrate the material. Additionally, the contractor will increase student interaction via pop-up questions and other activities as appropriate. All inserted graphics shall be approved by government COTR. The modified Information System Users course will be renamed to "Network User Licensing." The contractor shall ensure courses are compatible with SmartForce Player, SmartForce Reporter, SmartForce Web, and CBT Campus products. The contractor shall ensure the completed course is available in "download" and "liveplay" versions capable of running with the Microsoft Windows 95, 98, NT, and Windows 2000 operating systems. The contractor shall ensure that, upon installation, the courses are automatically detected and added to the course listings in SmartForce Reporter, SmartForce Web, and CBT Campus without additional user or administrator intervention. The contractor shall ensure that the courses function within an ODBC 3.0 or later compliant database environment. TASK 1 deliverable shall be the Workgroup Manager and Web Administration courses on compact disc. TASK 2 deliverable shall be the modified Network User Licensing and System Administrator courses on compact disc. The first draft of TASK 1 and TASK 2 shall be delivered forty (40) days from contractor receipt of government furnished materials. Deliverables shall be provided to the COTR or as directed by the COTR. All deliverables shall be certified compliant, Defense Information Infrastructure Common Operating Environment (D11 COE) Joint Technical Architecture and Joint Technical Architecture-Air Force (JTF-AF) by the contractor. The contractor shall deliver the final product within five days of contractor receipt of Government comments on the draft. The government is the final approving authority. All deliverables including but not limited to technical data, documentation, and code, as described within shall be delivered with unlimited rights to the Government. All work shall be performed at contractor facilities. The warranty shall include revisions necessary to maintain interoperability with SmartForce utilities, courseware, and playing and tracking mechanisms. The warranty period shall be for one year beginning the first day of final acceptance of the product. The government shall provide the contractor with soft copies of the storyboards and course assessment questions for the Web Administrator, Workgroup Manager, Network User License, and System Administrator courses. The government will provide guiding documentation to the contractor consisting of the Joint Technical Architecture and Joint Technical Architecture -Air Force. The provisions at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-2 Evaluation-Commerical Items (Jan 1999). Offerors are required to provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, along with the offer. The provision at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executives Orders Commercial Items, applies to this acquisition, with the following clauses: 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action of Workers with Disabilities (29 U.S.C. 793); 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The DFARS clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2000) applies to this acquisition, along with 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582). The warranty requirements stated above are necessary for this acquisition and consistent with customary commercial practices. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evaluation of Offers will be based on price and technical proposal. Offers are due to the following address no later than 4:00 P.M. (Central Time) on 28 March 2001: AMC CONF/LGCFE, 507 Symington Drive, Room W202, Scott AFB, IL 62225-5015. Contact Tammie Shelton, at (618) 256-9962 or via e-mail at
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FA4452-01-Q-A058&L=471)
Record
Loren Data Corp. 20010319/USOL004.HTM (D-074 SN50G3O5)

U - Education and Training Services Index  |  Issue Index |
Created on March 15, 2001 by Loren Data Corp. -- info@ld.com