Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOURCES SOUGHT

70 -- Language Training Technology Suite License Arrangement for USG

Notice Date
3/1/2012
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFI201203
 
Archive Date
3/29/2012
 
Point of Contact
Cynthia W. Wills, Phone: 202-324-5993
 
E-Mail Address
cynthia.wills@ic.fbi.gov
(cynthia.wills@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is an RFI in accordance with Federal Acquisition Regulation (FAR) 52.215.3 Request for Information or Solicitation for Planning Purposes (OCT 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract (FAR 15.201(e)). No Request for Proposal (RFP) exists at this time. The Government does not intend to award a contract on the basis of this RFI. Your response will be treated as information only. No reimbursement will be made for any costs incurred in providing information in response to this announcement. Vendors responding to this RFI are advised that participation does not ensure involvement in future solicitation or contract awards. The Government will not notify the industry of the results of this RFI evaluation. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. Responders are responsible for monitoring www.fbo.gov for additional updates and solicitation, if released. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. The Government is conducting market research for the Language Services Section (LSS) of the Federal Bureau of Investigation (FBI), which is seeking potential sources to provide a license arrangement for a suite of language education software and content to provide training in multiple foreign languages, across a range of proficiency levels, for personnel working in the 17 member organizations of the U.S. Intelligence Community. Training in English as a second language is also required. The licenses will be accessed directly from mobile sources or through a U.S. Government (USG) community learning portal. Content must be available for download to a wide range of mobile devices. This effort will involve a competitive and open acquisition to contract with one (1) or more commercial vendor(s) for the Intelligence Community (IC) Language Education and Training Technical Suite (LETTS) program. Respondents should include as part of their submission: 1. A synopsis of core competencies and corporate information on a cover page (1 page) to include: • Company name, address, telephone number, a point of contact, e-mail address, business size, type of business, Governmentwide Acquisition Contracts ( GWACs), Federal Cage Code, Data Universal Numbering System (DUNS), the North American Industry Classification System (NAICS) Code, and the Product Code Services (PCS) relevant to this RFI. 2. A synopsis of your company's capabilities related to this RFI: • Describe capabilities available in the industry and how your company's expertise can successfully fulfill the following requirements, and the availability of the following: - Language learning software objects, diagnostics and assessments, and learner guides; - Languages available, skills developed, at which proficiency levels; - Instructional methodology; and - Options for downloads. 3. Software maintenance will also be required that includes the following: • Software patches, fixes, releases, and updates (provided to all or some subset of all software licenses); • Blogs, discussion forums, access to online databases, or online help libraries; • Frequently Asked Questions (FAQs); • Host chat rooms; • Telephone, email, and/or web-based general technical support; and • Training. 4. A copy of software agreement (license terms and conditions including software upgrades); 5. Current availability of software licenses; and 6. A Rough Order of Magnitude (ROM) cost/price estimate associated with the software licenses and related software upgrades. Interested parties may submit a response directly to Ms. Cynthia W. Wills, Contracting Officer (CO) at cynthia.wills@ic.fbi.gov and cc: sharon.gray@ic.fbi.gov. Complete RFI submissions should be emailed not later than 3:00 p.m. on March 14, 2012 EST. Electronic submission is the only acceptable method of submission. Submissions should be made in Microsoft Office (Word, Excel and Power Point). All information should be UNCLASSIFIED. Any company proprietary information should be marked as such. All information submitted in response to this RFI should not exceed 30 pages (25 pages for numbers 2, 3 and 4 above and five pages for the ROM), excluding the cover page. Text pages when printed shall be 8-1/2 by 11 inches and single-sided. Margins of at least 1 inch shall be provided around the page. The Times New Roman font type with at least 12 point characters shall be used to enhance readability and evaluation. The Government will send an acknowledgement of receipt when an RFI package is received. Questions should be sent to the following e-mail addresses: cynthia.wills@ic.fbi.gov and cc: sharon.gray@ic.fbi.gov. Any questions or requests for clarifications must be made in writing and are due (in Microsoft Word format) no later than 3:00 p.m. on March 7, 2012 EST. Questions shall be written in a manner that enables clear understanding of the respondent's questions or concerns. The Government will not respond to any questions via telephone calls or faxes. All email questions must include the following: 1. Subject line: "FBI Language Training Technology Suite Questions" 2. Text: Date of Request, RFI Number, Vendor's Name and referenced RFI section (paragraph/clause/line)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFI201203/listing.html)
 
Place of Performance
Address: Federal Bureau of Investigation, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN02686722-W 20120303/120301234835-2f5e5cfd4fe216d24d17f3705f4eac04 (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.