Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOURCES SOUGHT

U -- Test Management and Tracking System - RFI

Notice Date
1/13/2012
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS01-12-I-HRM001
 
Archive Date
2/14/2012
 
Point of Contact
Victor H Carden, Phone: 571-227-4834
 
E-Mail Address
Victor.Carden@dhs.gov
(Victor.Carden@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
TEST MANAGEMENT AND TRACKING SYSTEM (TMTS) REQUEST FOR INFORMATION Request for Information (RFI) The Transportation Security Administration (TSA) Department of Homeland Security (DHS) is requesting information and conducting market research of a Test Management and Tracking System (TMTS) to administer and track assessments within TSA. The preliminary goal for the TMTS is to create, deliver, and manage the assessment data for our officer workforce. This information is used to track employee knowledge, make training recommendations, and reach employment decisions. Currently TSA administers approximately 80,000 tests annually, and this number is expected to rise. This testing is mandated by Congress, as part of the Aviation and Transportation Security Act (ATSA), and must occur regardless of connectivity issues or other problems. TSA requires a flexible and stable system, with item writing and banking capabilities that can be used to administer tests and handle a large amount of data from over 430 locations dispersed nationwide. To ensure continuity in testing it is important to have a viable offline testing option, and a help desk that is available during TSA operating hours. In order to maintain system and test security, the system should allow multiple levels of user access. It is important to note responses to this RFI are solely for the purpose of market research. Neither do they constitute pre-competition nor will they be evaluated in any way. Likewise, this RFI does not represent an official Acquisition Plan, nor does it commit the U.S. Government to any course of action in the future. This RFI is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. Each respondent, by submitting a Response, agrees that any cost incurred by it in responding to this request or in support of activities associated with the RFI shall be the sole responsibility of respondent. The Government shall incur no obligation or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. Responses must be structured as follows: Information Requested The capability statement in the response to this RFI should include the following topics as a minimum: Vendor Information 1. Company Name/Division 2. Web Address 3. Point of Contact (POC)- a. Name b. Phone Number, and 4. Platform name(s) Product Information 1. A description of the online platform, the platforms off the shelf features, and its ability to be customized. Please note: a. Types of items that can be administered (e.g. multiple choice, multiple correct, fill in the blank, true/false) b. Multi-media capabilities (i.e. images, videos, audio) c. Authoring capabilities (e.g. item writer capabilities/limitations, version control, item writing functionality, editing capabilities) d. Item banking capabilities e. Test creation and administration process f. Standard and/or customized report capabilities g. System integration capabilities h. User roles 2. A description of the offline testing option that summarizes how offline testing can occur and how this information will be integrated into the online platform. 3. A brief description of the availability of system support, operating manuals, and procedures to include weekend availability. 4. Rough Order Magnitude of Cost/Price Responses should be submitted no later than thirty (30) calendar days after the posting of this announcement. Attachments (test reports, product brochures) may be submitted and will not be included in the page limit. Unsolicited proposals submitted in response to this RFI will not be considered nor reviewed. Based upon the response submitted, TSA may request the respondent to present an overview of the system and view a demonstration of its capabilities. Responses shall be prepared using 12 pt font, 1 inch margins, and 8.5" by 11" paper and shall not exceed 10 pages in length, including all images, data displays, charts, graphs, and tables. Offerors shall submit their information in electronic version to Victor Carden Victor.Carden@dhs.gov in either read-only Word or PDF format. All interested parties should direct their questions to the Point of Contact listed below: Victor Carden, Contract Specialist, 571-227-4834
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-12-I-HRM001/listing.html)
 
Place of Performance
Address: TSA Headquarters, 2nd Floor, TSA-25, 701 South 12th Street, Arlington, Virginia, 20598-6025, United States
Zip Code: 20598-6025
 
Record
SN02654966-W 20120115/120113234931-2482e13d18dd23de07b8438ba0839173 (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.