SOURCES SOUGHT
99 -- The Mission & Installation Contracting Command-Fort Eustis has a requirement for a Learning Content Management System (LCMS).
- Notice Date
- 1/14/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0LCMS
- Response Due
- 1/28/2011
- Archive Date
- 3/29/2011
- Point of Contact
- Elizabeth Crocker, 757-878-3166
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(elizabeth.a.crocker@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Announcement only seeking Small Business Responses in order to determine Small Business participation in this acquisition. The Army Training Support Center, Fort Eustis, VA, requires a software product and license subscription for a Commercial off the Shelf (COTS) or Government off the Shelf (GOTS) learning content management system (LCMS) to support up to 150,000 students per month that is focused on the development, management, publishing and delivery of content to students. The LCMS is a multi-user environment where developers may create, store, reuse, manage, and deliver digital learning content from its central content object repository. The LCMS shall allow users to create, import, manage, search for, arrange, and reuse small units or "chunks" of digital learning content and assets, commonly referred to as learning objects. These assets may include media files developed in other authoring tools, assessment items, simulations, text, graphics, videos, Shareable Content Object Reference Model (SCORM) conformant content, or any other object that makes up the content within the course being created. The LCMS must play SCORM 2004 3rd edition content and be able to support earlier versions of SCORM content. The LCMS shall be able to deliver and manage instructor-led synchronous and asynchronous online training, distributed learning content, and self-paced instruction. The LCMS shall provide collaboration tools such as virtual classrooms, blog, wiki, and audio/video chat capability. The LCMS shall be capable of delivering reliable access to courses and content over secure socket layer (SSL) and have a proven capability to integrate various custom authentication methods such as the Army Knowledge Online (AKO) Single Sign On (SSO). The LCMS shall be able to interface with other systems through a standard application program interface (API) or common web services. The LCMS shall be able to accept registrations from existing registration systems such as the Army Training Requirements and Resources System (ATRRS) and shall be able to post results back to the system. The LCMS shall allow open and closed enrollment, automatic enrollment through systems such as ATRRS, and restricted open enrollment. The LCMS shall support multiple permission levels for different user roles as required. The LCMS shall be certified to run on Department of the Army networks. The LCMS shall be able to reside and play on Windows-based servers (Windows 2003 or 2008 64-bit), using VMWare technology for virtualization of the servers, and support a MS SQL 2005 or 2008 backend database. The LCMS shall reside and run on servers located at the four Lifelong Learning Center (LLC) locations - Ft. Eustis, VA; Ft. Gordon, GA; Ft. Leavenworth, KS; and Ft. Leonard Wood, MO. For the purpose of Small Businesses, the NAICS Code is 541511, Custom Computer Programming Services, $25M. Your response is limited to 20 pages and shall include the following information: size of company (i.e., 8(a), HubZone, WOSB, SB, Veteran, all others), number of employees, revenue for last three years, relevant past performance on same/similar work dating back 3 years, your company's capability, capacity, and innovative ideas to do this type of work. Include your company's DUNS number and/or CAGE code as well as the point of contact (POC). Also include information about teaming arrangements for this requirement or mentor/protege relationships, and evidence of ability for the business to grow (including letters of credit). Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC Fort Eustis by COB 28 January 2011: Responses should be addressed to Mission and Installation Contracting Command Center-Fort Eustis (Joint Base Langley-Eustis), 2746 Harrison Loop Complex, Fort Eustis, VA 23604-5538 or by e-mail to elizabeth.a.crocker@us.army.mil. Any questions can be directed to Elizabeth Crocker. NO PHONE CALLS WILL BE ACCEPTED. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Contracting Office Address: Mission and Installation Contracting Command (MICC) 2746 Harrison Loop Complex Fort Eustis, VA 23604-5538 Point of Contact(s): elizabeth.a.crocker@us.army.mil or cynthia.cherry@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c626d7d2fb8a45c66db4a1c67346e95)
- Place of Performance
- Address: Fort Eustis Contracting Center (W911S0) Building 2746 Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02361055-W 20110116/110114234523-8c626d7d2fb8a45c66db4a1c67346e95 (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 |