|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1998 PSA#2032INTERNAL REVENUE SERVICE, Midstates Procurement Branch (M:P:R:MS), 4050
Alpha Road, 1800 MSRO, 9th Floor, Dallas, TX 75244-4203 U -- EDUCATION AND TRAINING SERVICES SOL TIRMS98R00010 DUE 030398 POC
Contract Specialist, Mary Jo Holloway, 972-308-1962 This is a combined
synopsis/solicitation for an IDIQ contract for commercial items
prepared in accordance with the format in FAR Subpart 12.6 and Subpart
13.5, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; offers are
being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number TIRMS-98-R-00010 is a Request For Proposal (RFP)
incorporating FAR provisions and clauses in effect through Federal
Acquisition Circular (FAC)97-03. The Standard Industrial Classification
(SIC) is 7379; the applicable size standard is $10.0. Evaluation
factors for award will include price and price-related factors and
technical factors. The Internal Revenue Service (IRS) depends on a
variety of computer systems, operating systems, and programming
languages and tools for its many functions, ranging in size from
mainframes to personal computers (PC) and in market maturity from
1970s' technology to that of the current day. All newly purchased PC's
will have the Windows NT operating system. Some use stand-alone PC's,
but most are connected to Local Area Networks (LAN), and most are
connected to a Wide Area Network. Some employees are on Novell LANs and
some are on Windows NT LANs. Most but not all of these employees have
Intranet access. The purpose of this Statement of Work is to solicit
proposals for the leasing of access to libraries of technical
computer-based training (CBT) courses for the Information Systems (IS)
employees of the IRS. The products sought in this initiative are
directed towards those PC users with 486 or faster microprocessors and
Windows 95 or NT operating systems. The course topics sought cover
several broad ranges of technical topics in diverse computer
environments. Additionally, the products sought in this initiative will
be diverse in their accessibility, including versions for stand-alone
PC's, LAN-connected PC's, and PC's with connections to the IRS intranet
where a copy of each course will be stored for either downloading or
on-line execution. The annual renewable lease of courses sought in this
solicitation is intended to be flexible so that the type and number of
courses will better enable the IRS to meet its continually changing
educational needs. The contract shall be for one year and four one-year
option periods. COURSE TOPICS will be faxed upon request or can be
found on IRS Homepage at www.treas.gov. All proposals should state the
cost per training unit in accordance with contractors commercial
pricing, (unless the proposal offers a license for the unlimited
library use for Information Systems employees within the Service,
approximately 10,000 employees). Contractor shall state student
capability range. Each course shall be accompanied by a list of
objectives for the student to be able to accomplish upon course
completion. Each course shall be operable from PC's ranging from 486/33
to a 200 megahertz Pentium Pro. Each course shall be provided for
access by students in each of the methods listed below. Vendors may
have a single product that accommodates more than one of the diverse
needs expressed below, but each course shall be available in each of
these functional conditions. LAN versions shall be transmitted to
client workstations from Novell or Windows NT servers, encapsulated LAN
versions shall be accessible at the IRS Intranet site; and interactive
versions shall be for execution on Intranet Web Server. The vendor
shall provide 200 copies of each LAN-based course individually loaded
onto 200 CD-ROM's. The vendor shall provide one copy of each
encapsulated LAN version course individually loaded onto CD-ROM (one
course per disk). The vendor shall provide one copy of each interactive
version course individually loaded onto CD-ROM (one course per disk).
All course versions intended for down-loading from the IRS Intranet
site will be modular to the extent that segments of the course no
larger than three megabytes may be specified for downloading and
executable in this modular capacity. Each course will have a pre-test
or self-assessment. Each course will provide a test or quiz for each
module, a cumulative test covering the topics of the entire course,
review of information related to erroneously answered questions, and
test-item analysis on the population of completed cumulative tests. The
results of all tests will be provided to the student, including
questions answered wrong or not answered. Test results will not be
associated with any student name. Each course will provide the student
with the ability to mark his/her progress in the course when opting to
exit the course prior to completion. Each course will provide for the
collection of administrative information on the student, including
their identification and profile. When the course has been successfully
completed, the student identification data will be provided in ASCII
for use in another IRS application. Special consideration will be given
to proposal providing for the tracking of student registration,
testing, and course completion and also for generated reports on
student progress; course accesses; test questions asked; answered;
answered correctly; and time needed to complete courses by the
students. Annually, the IRS may select up to fifty-percent different
courses from among courses the contractor has available for
lease/purchase. The IRS shall select the courses to be returned to the
contractor and select the courses to receive in exchange for those
returned. The contractor without additional charge shall provide all
plug-in software required for full course operation. Courses shall be
constructed to allow the students to take the segments or modules in
the order of their choosing. A minimum of twenty percent of courses
must use multimedia (both audio and video) for instruction. Courses
shall be constructed to provide a help screen accessible from any
screen in the course to assist the student with what actions are needed
to satisfy the current course prompt(s). Special consideration will be
given to proposals accommodating visual impairments, partial visual
impairments, and full hearing impairments. These accommodations shall
include, but not be limited to: ASCII text for any course content
displayed through visual means by those with total sight disabilities;
Text magnification or enlargement for those with partial sight
disabilities; Text in lieu of audio-presented course material for those
with hearing disabilities. Special consideration will be given on
Quality Features of the technical evaluation for products/vendors using
"Microsoft Active Accessibility" functionality. All courses shall be
constructed to operate on both 16 and 32 bit operating systems. The
provision at FAR 52.212-1, Instructions to Offerors-Commercial Items,
is incorporated in this solicitation. Addenda to FAR 52.212-1: Offerors
are reminded to submit signed and dated proposals. Contract line items
shall be shown 0001 base year, 1001, 2001, 3001, 4001. The preferred
form for submitting proposals is the Standard Form 1449. If this form
is not used, offerors are required to include a statement with their
proposals specifying the extent of agreement with all terms,
conditions, and provisions included in this solicitation. Offerors
shall clearly state delivery terms. The provision at FAR 52.212-2,
Evaluation Commercial Items is incorporated. Contractors may be
requested to submit several types of products for benchmark evaluation
or a demonstration. Technical evaluation factors other than cost or
price, when combined, are significantly more important than cost or
price. Criteria for value judgements will include the following of
equal importance: (1) Past performance, (2) Ease of use (including
installation and de-installation), (3) Ease of understanding the
material presented, (4) Thoroughness of topic coverage, (5) Level of
interaction with the student, (6) Total number of courses in the
proposed library, (7) Percentage of the asterisked courses available in
the proposed library, (8) Delivery times, (9) Quality features of the
products. The provision at FAR 52.212-3, Offerors Representations and
Certifications-Commercial Items, is incorporated in this solicitation,
and OFFERORS SHALL INCLUDE A COMPLETED COPY OF THIS PROVISION WITH
THEIR PROPOSAL. FAR 52.212-4, Contract Terms and Conditions-Commercial
Items, is incorporated in this solicitation. FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statutes of Executive
Orders-Commercial Items, is incorporated in this solicitation
(including 52.203-6 [Alternate I]; 52.203-10; 52.219-8; 52.219-9;
52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.2225-19; 52.239-1. The
additional FAR clauses applicable to this acquisition are 52.216-18,
Ordering, 52.216-22, Indefinite Quantity, 52.216-27, Single or Multiple
Awards, 52.217-4, Evaluation of Options, 52.217-9, Option to Extend
Term of Contract, 52.216-19, Minimum Order (none) -- Maximum Order
$250,000. Original copies of the Proposal must be received at the
address indicated by 4:00 p.m.CST on 03/03/98. Submit Proposal, clearly
marked as such on the outside of the package, to Internal Revenue
Service, Midstates Procurement Branch, Attention: Mary Jo Holloway,
Contract Specialist, M/C 1800-MSRO, 4050 Alpha Road, 9th Floor, Dallas,
TX 75244. All questions must be in writing and faxed to Mary Jo
Holloway at 972/308-1928. (0042) Loren Data Corp. http://www.ld.com (SYN# 0136 19980213\U-0002.SOL)
U - Education and Training Services Index Page
|
|