SOURCES SOUGHT
D -- AFIADL Distance Learning Initiative
- Notice Date
- 2/6/2004
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F73AUD33531100
- Response Due
- 3/6/2004
- Archive Date
- 3/21/2004
- Point of Contact
- Derrick Percival, Contract Specialist, Phone 334-953-6218, Fax 334-953-3543, - Carolyn Wardell, Contract Specialist, Phone (334)953-2340, Fax (334)953-3543,
- E-Mail Address
-
derrick.percival@maxwell.af.mil, carolyn.wardell@maxwell.af.mil
- Description
- Reference Number: F73AUD33531100, This office is searching for companies that can provide products to encompass converting existing courses/ content (i.e. paper, CD-ROM, ect.) to network-centric learning or developing new course/ content work for network-centric learning delivery. Work could include the following: design/ re-design, testing and in some cases maintenance of network-centric instructions to Air Force Institute of Advanced Distance Learning (AFIADL). Responding parties to this sources sought should be well versed, and able to follow current Sharable Content Object Reference Model (SCORM) conformance specifications for course tagging and manifest creation. We are including the Statement of Need (SON) for this requirement and is as follows: 1. IAW AFI 36-2201V4, Air Force Training Program, Managing Advanced Distributed Learning (ADL), dated 23 Oct 2002, the Air Force Institute for Advanced Distributed Learning (ADIADL) was made the Air Force focal point for all ADL. ADL is any method of training when an instructor is not present. Paragraph 1.4.5 provides AFIADL the authority to assist Air Force customers to use contract support to develop or redesign courseware for ADL. For the scope of this SON, ADL pertains to the on-line, net-centric learning piece only. 2. ADL is an evolutionary process leading to on-line execution of education and training. ADL objectives include converting existing courses/content to ADL instruction, developing new course/content material using current and progressive techniques, and efficiently provide course/content access in manageable ways to deliver training anywhere and at anytime. 3. Requirements are on an ?as needed? basis. Contractors will need to work closely with government and other contractor officials depending on the work requirement issued. 4. Contractors shall use tools that generate industry standards-compliant HTML code or content, and that there should be no excessively proprietary components used. Contractors should follow current Sharable Content Object Reference Model (SCORM) conformance specifications for course tagging and manifest creation. Monolithic programming tools should be avoided to the greatest extent possible. 5. For delivery orders under each contract, separate and distinct project phases will be employed. Phases will be used to facilitate course/content development, approval, and quality assurance for each/any order issued. Entry into subsequent phases will be dependent upon review and acceptance of the work performed in the preceding phase. The government may opt to not continue into the next phase and conclude the delivery order at its discretion. Milestone decision points will be employed between each phase to validate and approve exit of previous phase and entry into next phase (entrance and exit criteria). Additionally, Interim Progress Reviews will be used to confirm that the contract is progressing within the phase as planned or to adjust the plan to better accommodate progress made to date, change circumstances, or both. a. Phase I of the project will encompass project analysis and evaluation and is based upon the statement of objective/statement of work (SOO/SOW) issued by the government. Contractors will provide a White Paper (not to exceed 10 pages) and shall include details of their proposed solution/approach and deliverables; describe work to be performed and the offeror?s expertise to effect the proposed approach; and present estimated costs and schedule. b. Phase II is the prototype development and demonstration. The government will review the contractor?s prototypes resulting for acceptance. The contractor will demonstrate their prototypes in its intended environment (i.e., repository, LMS, etc.) and is designed to confirm the ability of the course/content to operate in a useful way and to effectively achieve learning performance/outcomes. Prototypes will be evaluated against the SOO/SOW and the specific type of learning needs/requirements and performance outcomes identified by AFIADL?s customer. Entry into Phase III signifies the final proposal selection and acceptance by the government. c. Phase III is the course/content development and deployment phase. The objective is to achieve and operationally viable course/content that satisfies and needs/requirements. The course/content must have proven maturity prior to deploying to the operational environment. Initial Operational Test and Evaluation (IOT&E) criteria (i.e., field tests for technical and learning facets conducted under realistic operational conditions, etc.) shall be employed by the offeror. If Phase IV is not included in the SOO/SOW, Phase III will also contain an evaluation of the contractor?s performance. d. Phase IV is the operations and support phase. This phase shall be authorized as an option dependent upon the needs/requirements of AFIADL?s customer and/or availability of funding (e.g., availability of in-house sustainment, and Follow-on Operational Test and Evaluation (FOT&E) that identifies deficiencies and evaluates operational effectiveness (i.e., technical and learning facets, etc.). 6. The government requires an evaluation of the contractor?s proposal for past performance and other qualitative measures beyond price alone. The objective for this requirement is to obtain cutting edge, state-of-the-art learning tools. When submitting information regarding your company, please include the Market Research Survey that is included in this notice. You may also include any product information that can help us in establishing our requirement. DO NOT send proprietary data, we are seeking companies that can provide products that will be able to maintained by the government or other means to keep end-products updated. You may contact the following Contracting Specialists should you have any questions: TSgt Derrick Percival, (334)-953-6218, e-mail: derrick.Percival@maxwell.af.mil or Ms. Carolyn Wardell at (334)-953-2340, or e-mail: carolyn.wardell@maxwell.af.mil or you may contact the Contracting Officer at the following: Ms. Barbara Dobbins at (334) 953-6776, or e-mail: barbara.dobbins@maxwell.af.mil
- Place of Performance
- Address: 42d Contracting Squadron, 50 LeMay Plaza South, Montgomery, AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00517657-W 20040208/040206212128 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |