Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOURCES SOUGHT

69 -- SOURCES SOUGHT SYNOPSIS AND REQUEST FOR INFORMATION FOR COUNTER-CHEMICAL, BIOLOGICAL, RADIOLOGICAL, AND NUCLEAR (C-CBRN) EDUCATION, TRAINING, AND EXERCISE (ETE) WEB-BASED TRAINING

Notice Date
2/28/2007
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1AF1HETECBT
 
Response Due
3/15/2007
 
Archive Date
3/30/2007
 
Description
In accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997), this is a combined Sources Sought Synopsis and Request for Information. (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and vendor are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responsible businesses, including small businesses, are encouraged to respond to this RFI. This synopsis is for planning purposes only and neither constitutes a RFP, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This Sources Sought Synopsis is in support of a market survey being conducted by the Headquarters, United States Air Force (HQ USAF), Deputy Director for Counterproliferation, Directorate of Strategic Security, Deputy Chief of Staff, Operations, Plans and Requirements (A3SC), to determine potential sources capable of creating and completing Counter-Chemical, Biological, Radiological, and Nuclear (C-CBRN) web-based training (WBT) learning initiatives for customers across the Air Force. Potential sources should include their size status for NAICS code 541519. (c) REQUEST FOR INFORMATION (with Capabilities Requirement) 1.0 Description of Request 1.1. Headquarters, United States Air Force (HQ USAF), Deputy Director for Counterproliferation, Directorate of Strategic Security, Deputy Chief of Staff, Operations, Plans and Requirements (A3SC) is conducting market research to identify potential sources for C-CBRN Education, Training, and Exercise (ETE) WBT support. 1.2. Background 1.2.1. HQ USAF/A3SC ensures the USAF is prepared to survive, operate, sustain, and recover in a Chemical, Biological, Radiological, and Nuclear (CBRN) environment by establishing, integrating, and synchronizing USAF operational guidance, doctrine, and policy to counter the threat posed by CBRN attacks. 1.2.2. HQ USAF/A3SC has a need to develop learning initiatives (i.e., WBT course modules). Module length, content and interactivity level is expected to vary. The modules shall be designed for Air Force personnel and cover the C-CBRN ETE competencies approved by the HQ USAF/A3/5. The USAF C-CBRN ETE Working Group will provide cross functional experts such that questions can be quickly answered as needed by the developing contractor. The Government will not furnish, or make available, working space, equipment, or network access. 1.3. Objective 1.3.1. The objective of this effort is to offer a WBT instructional vehicle which addresses C-CBRN ETE competencies to the applicable knowledge level (task performance level) of learning. Task performance levels defined in AFI 36-2201 (Attachment 2). Competencies that are addressed in the Headquarters, Air Force Civil Engineering Support Agency (AFCESA) C-CBRNE Defense Awareness Course or Senior Leader Course will not be included to prevent duplication of training. Supplemental attachment includes current HQ USAF/A3/5 approved C-CBRN ETE competencies and task performance levels to be included within WBT modules. 1.3.2. All modules will be offered via the Air Force Advance Distributed Learning System (ADLS). 2.0. Capability Statement 2.1. An interested party's capability statement must demonstrate extensive experience with, and ability to develop the kind of course described in this RFI. The interested party should also demonstrate extensive experience in Sharable Content Object Reference Model (SCORM) and ADLS requirements, as well as, Section 508 of the Americans with Disabilities Act. Responses to this RFI must contain the following information: (1) an extensive summary of the party?s relevant current and prior work, (2) description of any potential conflicts of interest the party may have in performing the work, (3) a brief description of the party?s quality control processes for deliverables, (4) references (name and contact information) for whom the party has performed similar work, (5) a one-page corporate summary including the interested party?s web site, and (6) a listing of any current negotiated GSA schedules, Government contracts, or commercial pricing rates. 2.2. The Government will conduct market analysis by reviewing each vendor?s capability statement. Any entity responding to this RFI should ensure that its response is complete and sufficiently detailed to allow the Government to determine the entity?s qualifications to perform. 2.3. This is a RFI announcement only. This is not a request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on responses to this RFI, nor does it intend to pay for any costs incurred in response to this RFI. 2.4. Any information submitted by respondents to this RFI is strictly voluntary and will be used only for the purpose of conducting market analysis. Proprietary and Confidential Information will not be accepted. The Government believes that standard specifications and capabilities should be sufficient to respond. If a vendor believes that their response must include proprietary or confidential information in order to be properly considered, they should notify the point of contact listed below. 2.5. Interested parties should address all questions via email to Point of Contact listed below. All questions submitted will be posted to the Federal Business Opportunities (FedBizOps) website. All packages must be received via email to the Contract Specialist and Contracting Officer, by 10:00 AM EST 15 March 2007.
 
Place of Performance
Address: 1480 Air Force Pentagon,
Zip Code: 20330-1480
Country: UNITED STATES
 
Record
SN01240842-W 20070302/070228221042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.