Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
MODIFICATION

70 -- ARMY LIFELONG LEARNING ENVIRONMENT (ALLE) TO SUPPLEMENT THE LIFELONG LEARNING CENTER (LLC) PROGRAM (BLACKBOARD-MANAGED HOSTING)

Notice Date
2/12/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-15-T-1789
 
Response Due
2/23/2015
 
Archive Date
4/13/2015
 
Point of Contact
JUANITA L. MEREDITH, 757 878-3166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(juanita.meredith@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement issued solely for information and planning purposes and maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the Mission and Installation Contracting Command (MICC) Advocate for Competition at dean.m.carsello.civ@mail.mil. This is not a Request for Proposal (RFP), Invitation for Bid (IFB), Request for Quotation (RFQ), or an announcement of a solicitation. No solicitation document exists. The submission of this information is for market research and planning purposes only and is not to be construed as a commitment by the Government to procure this requirement, nor does the Army intend to award on the basis of this sources sought/request for information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this sources sought and the Government use of such information. The MICC, Fort Eustis, Virginia, intends to award a contract for the US Army Training Support Center (USATSC), Fort Eustis. The USATSC requires a commercial cloud services solution (Software-as-a-Service (SaaS)) to host the Army's Learning Content Management System (LCMS) (currently Blackboard) to meet the training and education missions of the US Army War College (USAWC), the US Military Academy (USMA), and the US Army Cadet Command (USACC). The commercially provided Army Lifelong Learning Environment (ALLE), which will include the LCMS, shall support various courseware and learning environments to include full-time resident courses, blended learning, non-resident distance learning, and non-resident self-paced courses. The SaaS solution will guarantee a 99.9% reliability (99.9% uptime access to content), provide back-up and continuity of operations (COOP), and enable mobile learning by providing course access to students on mobile devices (ipads, tablets, Smartphones) from anywhere at any time. This solution will also be a platform for those soldiers and civilians who do not have Commercial Access Cards (CAC) to access publicly releasable unclassified training content. The commercially hosted facility must have Department of Defense Information Assurance accreditation and be authorized to run the Blackboard Learn suite of software. The SaaS solution must provide a production environment, a test and development environment, and a staging environment for the LCMS software. The SaaS solution must support the interface to other systems through a standard application program interface (API) or common web services. The solution must be scalable, capable of having discrete or blended environments for USAWC, USMA, and USACC, depending on the school's missions and performance requirements. The LCMS must be able to reside and play on Windows-based servers (Windows 2008 64-bit), using VMware technology for virtualization of the servers, and support a MS SQL 2008 backend database. The designated North American Industry Classification System (NAICS) Code is 511210, Software Publishers, and the size standard is $38.5 million. The period of performance shall be nine months from the date of award (1 April 2015 through 19 December 2015). Qualified companies are encouraged to respond. Your response shall include the following information: (1) company name and address; (2) point of contact with name, telephone number and email address; (3) company size and economic status (i.e., Service-Disabled Veteran -Owned Business, 8(a), HUBZone, etc); (4) number of employees; (5) average revenue for the last three years; (6) your company's capability to provide the needed services and past performance on same/similar work within three years. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional areas to perform this requirement. Your brief capabilities statement package should articulate your capabilities clearly and adequately in no more than five (5) pages, on letterhead, single spaced, and the minimum font size 11. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation(s). The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. Your response should be sent to MICC Center - Fort Eustis via email by 4:00 p.m. Eastern Standard Time (EST), Monday, 23 February 2015 to: Juanita Meredith, Contract Specialist at Juanita.l.meredith2.civ@mail.mil, (757) 501-8157. Any questions shall be in writing only. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48b8b25f1abb06dff1093bc2960d82c1)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 705, Washington Boulevard Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03641596-W 20150214/150212235359-48b8b25f1abb06dff1093bc2960d82c1 (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.