Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2023 SAM #7950
SOURCES SOUGHT

U -- Sources Sought Notice - Defense Ammunition Center (DAC), Explosives Safety and HAZMAT Distance Learning (DL) and Training Support Services (TSS)

Notice Date
9/1/2023 11:41:08 AM
 
Notice Type
Sources Sought
 
NAICS
611420 — Computer Training
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
DAC01
 
Response Due
9/18/2023 11:00:00 AM
 
Archive Date
09/18/2025
 
Point of Contact
Michael C. Davis, Phone: 4072083266, Bengu Isguder, Phone: 4073843933
 
E-Mail Address
michael.c.davis.315.civ@army.mil, bengu.isguder.civ@army.mil
(michael.c.davis.315.civ@army.mil, bengu.isguder.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE INTRODUCTION:� The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the Defense Ammunition Center (DAC), who has a requirement for Explosives Safety and HAZMAT Distance Learning (DL) and Training Support Services (TSS). The purpose of this notice is to obtain information regarding the availability and capability of qualified contractors to provide services for creating, designing, developing, testing, updating, enhancing, maintaining, delivering, and technical support for distance learning (web based) training support to Defense Ammunition Center (DAC) certification training mission. The distance learning effort required for this contract also applies to the development and maintenance of SCORM conformant courseware (IMI level 2 or higher) for delivery via the Army Learning Management System (ALMS), the Navy eLearning (NeL) system, the Army Training Information System (ATIS), and an alternate learning management system (commercial LMS). Interested parties should respond by providing all the required information requested under �SUBMISSION DETAILS� section of this Sources Sought Notice. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT RESERVES THE RIGHT TO REVISE THE REQUIREMENTS PROVIDED ON THIS SOURCES SOUGHT NOTICE, PRIOR TO THE FINAL REQUEST FOR PROPOSALS (RFP). PROGRAM BACKGROUND:� A critical mission of DAC is to provide joint certification training for all Services/Compositions of Services (COMPOS) as required by Federal/Public Law, 49 CFR, DoD 4500.9-R, DA PAM 385- 64, NAVSEA OP5, and AFM 32-1065. DAC is a complex, mission-critical, geographically dispersed organization where the contractor must use independent judgement to solve problems and deliver services in collaboration with multiple Government stakeholders. DAC requires a high level of technical expertise and a technically competent contractor supported by a breadth of capabilities, infrastructure, and matrixed support to successfully accomplish the DAC requirements with a geographically dispersed customer population including CONUS and OCONUS locations. The ALMS, the Army Training Information System (ATIS), ATHD, NeL, Army Training Requirements and Resources (ATRRS), Training and Doctrine Command (TRADOC), and Training Development Capability (TDC) with organizations (e.g., Army, Navy) are critical to DAC�s training mission. Purpose and Objectives: The tasks are specific to the creation, design, development, testing, update, enhancement, maintenance, delivery, and technical support for distance learning (web-based training) effort to support the execution of the DAC certification training mission on the Army Learning Management System (ALMS), the Navy eLearning platform (NeL), Army Training Information System (ATIS), and the alternate learning management systems. The distance learning and knowledge management efforts required apply to the following. 1. The Government estimates: The maintenance for a total of 29 separate DAC distance learning courses constituting approximately 364 total course hours. Scheduled maintenance typically occurs on a 3- year rolling cycle, and includes a review of the instructional systems design, the software platform used to produce the product, along with updates to training content. More frequent maintenance actions are typically triggered by the need to edit content because of policy or regulatory changes. The Contractor will test all courseware for SCORM 2004 conformance prior to submitting to the respective Learning Management System (LMS), track the progress of submitted courseware packages, and remediate any deficiencies discovered during LMS testing. The contractor shall support the transition of the Army LMS: Specifically the transition from the Army Learning Management System (ALMS) to the Army Training Information System (ATIS). �DAC�s distance learning maintenance workload is planned each year for approximately one third of the total curriculum. Go to http://www.dactces.org and select Online Training to view the current course lists and to access the actual course content. 2. Provision and operation of an alternate learning management platform to host and deliver content for students who� � � � � � � � � � � � cannot access Common Access Card (CAC) enabled systems. The platform will be available on a 24-hour basis, 365 days� � � � � � � � per year, excluding limited periods for scheduled and unscheduled maintenance NTE 176 hours per year. 3. Provision of technical staff to support elevated (Tier 2) referrals from the Army Training Helpdesk and all other applicable learning management systems that are used to host DAC courseware and other content. These referrals are the second echelon of support for trouble desk calls to the Army Training Helpdesk (ATHD). Tier One issues are those that can be remedied directly by the ATHD staff. If an issue cannot be resolved by ATHD staff, the problem is elevated to Tier Two status for further interaction by designated Tier Two agents. Most of these referrals involve diagnosing and solving technical issues with playability and access to courseware. This level of helpdesk support will be provided continually for the duration of the base period and for all option years exercised. The number of helpdesk tickets requiring a Tier two intervention has historically varied, but typically ranges between 750 and 1,500 per month. The Contractor will notify DAC of any issues discovered with the courseware, possible causes, corrective actions, and recommended actions to preclude future issues. 4. Creation and maintenance of mobile learning applications, online knowledge networks, communities of practice, and websites for hazardous materials, munitions and explosives safety, and to facilitate access to training content. These include mobile applications to access common reference publications (e.g. the DAC Yellow Book), instructional games which teach important explosives safety concepts, and electronic performance support tools and job aids. For an example of the DAC website used to facilitate access to training content, go to http://www.dactces.org and explore the links for Classroom and Online Training. To view the current DAC learning applications, go to http://www.dactces.org and select the Mobile Applications link. To view the current DAC communities of practice for munitions and explosives safety, go to https://www.dau.edu/cop/ammo/Pages/Default.aspx. 5. The contractor must provide a minimum of five years� experience in the following areas. The contractor shall also demonstrate integral knowledge and experience in the areas of: i) ��� Program Management. Applications System Analysis and Development Database Management. Graphics Design. Business Process and System Analysis. Instructional Systems Design for Distance Learning Courseware Development and Maintenance Operation of Learning Management Systems. Helpdesk Support Knowledge Management Training Specialists New Development (minimum requirement) Maintenance of existing classes (major requirement) Ammunition and HAZMAT Terminology Ammunition Business. Understanding of the TRADOC requirements. Explosives Safety principles and practices. Transportation of Hazardous Materials. Radiological Safety. The Military Munitions Rule. The Army Learning Management System. The Army Training Information System. Navy eLearning platform. ACQUISITION STRATEGY - PLANNING INFORMATION: 1. Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved. 2. North American Industry Classification System (NAICS): The applicable NAICS code for this requirement is 611420 (Computer Training), with a Small Business Size Standard of $16.0M. The applicable Product Service Code (PSC) is U008 (Education/Training - Training/Curriculum Development). *NOTE 01:� The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation.� Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards.� Until updated, the SAM profiles will continue to display the small business status under outdated size standards. *NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years *NOTE 03:� In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months.� 3. Contract Type: The determination of Contract Type will not be established until market research has been completed and the Acquisition Strategy has been approved. SUBMISSION DETAILS: � Your response shall provide answers to the Yes or No Questionnaire below. On behalf of DOD, GSA is conducting market research. To respond to this notice, copy and paste the below link into a new browser. Only responses submitted through the linked notice will be accepted. Nothing else will be evaluated or recorded. Link to notice: https://feedback.gsa.gov/jfe/form/SV_1CcbjDHosfqLuDk Note: If the link does not work, try clearing your browser history (cache) and then copying and pasting the link into a new browser. Any questions regarding this notice will be responded to by email only. Send your inquiry to: rfi@research.gsa.gov - be sure to include the RFQ number. Your response to this notice shall be submitted no later than 2:00 p.m. (EST) on 18 September 2023. Responses to this Sources Sought Notice shall be in sufficient detail for the Government to determine that your business possesses the necessary functional area expertise and experience to compete for this acquisition.� Information and materials submitted in response to this request WILL NOT be returned.� All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� �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 GSA. However, responses to this notice will not be considered adequate responses to a solicitation. Please note, if you don�t provide all the information requested within this Soures Sought Notice with required details, your response will not be considered since Government is unable to determine your capability to fulfill the functions and tasks described herein. YES OR NO QUESTIONNAIRE Please note, if you don�t provide an answer to all the questions above with enough detail, your response will not be considered since Government is unable to determine your capability to fulfill the functions and tasks described herein. Written responses to this Sources Sought Notice should consist of the following: 1. Please provide your cage code, UEI, and address. Provide the point of contact name and information (phone and e-mail). 2.��� The Government plans to award the potential contract under GSA Multiple Award Schedule. If you are a GSA MAS holder, please provide the GSA schedule number. 3. Has your company produced SCORM 2004 conformant distance learning products which were successfully posted on the Army Learning Management System (ALMS)? Y____N____ ��� If yes, please cite examples, years of experience, provide associated contract numbers with the total contract values, the customer POC name, and phone number.� List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 4. Has your company completed an initial review of Army Training Information System (ATIS) Requirements? Y____ N____ If yes, provide your understanding of the ATIS Requirements and are you capable of meeting the ATIS requirements? 5. Has your company produced SCORM 2004 conformant distance learning products which were successfully posted on the Navy eLearning system (NeL)? Y____N____ ���� If yes, please cite examples, years of experience, provide associated contract numbers with the total contract values, the customer POC name, and phone number.� List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 6. Does your company have experience hosting and managing distance learning products on a commercial Learning Management System (LMS) to support non-Common Access Card (CAC) holding students? Y____N____ ���� If yes, please cite most current examples, years of experience, and total number of students per year, provide associated contract numbers with contract values, and customer POC name and phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 7. Does your company have experience in testing, fielding, evaluating, status tracking, and remediating deficiencies of submitted courseware to the ALMS and NeL? Y____N____ ���� If yes, please cite most current examples, years of experience, provide associated contract numbers with contract values, and customer POC name and phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 8. Does your company have experience providing help desk services to provide technical assistance for students taking distance learning courses and to troubleshoot issues with the courseware in NeL and ALMS hosting environment? Y____N____ ���� If yes, please cite most current examples, total number of students per year assisted, provide associated contract numbers with contract values, and customer POC name and phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 9. Does your company have a minimum of five years of experience with military munitions, ammunition logistics, hazardous materials, and explosives safety terms and practices? Y____N____ ���� If yes, please cite most current examples, duration of the experiences, provide associated contract numbers with contract values, and customer POC name & phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 10. Does your company have experience developing, monitoring, and maintaining knowledge management websites which allow users to post questions and share information and best practices? Y____N____ ���� If yes, please cite examples, total number of users, annual number of page visits, provide associated contract numbers with contract values, and customer name & phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 11. Does your company have experience with development and modification of distance learning courseware through facilitating sessions with Government SMEs and existing business process documentation, such as End to End business process maps, operating procedures, and desk procedures? Y____N____����� If yes, please cite most current examples, duration of the experiences, provide associated contract numbers with contract values, and customer POC name & phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 12. Does your company have experience modifying pre-existing courseware?� Y____� �N ��������������������� If yes, please cite most current examples, duration of the experiences, provide associated contract numbers with contract values, and customer POC name & phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 13. Does your company have experience developing, maintaining, and managing organizational websites and homepages utilizing HTML, Java, Oracle/SQL, XML, PHP, and CSS? Y____�� N ���������� If yes, please cite most current examples, duration of the experiences, provide associated contract numbers with contract values, and customer POC name & phone number. List the percentage (%) of the effort your organization performed on these contracts as prime/first tier subcontractor. 14. Please provide a brief summary of your five years of experience in Training Support Services within the DoD environment. Not to exceed 1 page and be presented in single-space using a 12-point font size minimum. Responses shall either use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats. 15. A statement indicating if your firm is a large or small business under NAICS code 611420; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]. Provide your key personnel information so the Government may contact you. 16. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare.� Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68200bc811a347f5b0ab60b63008a1e6/view)
 
Record
SN06817225-F 20230903/230901230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.