Rebuild FLASH Distributed Learning products from Adobe format
Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research by the Mission and Installation Contracting Center-Fort Eustis. It is for information, plannin... Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research by the Mission and Installation Contracting Center-Fort Eustis. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of United States Government. The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government requirements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." Requirement Background: Acquisition and Management Division Directorate of Distributed Learning Army University is the Training and Doctrine Command (TRADOC) Capability Manager for The Army Distributed Learning Program (TCM TADLP) at Fort Eustis, VA. The mission of TCM TADLP is to improve Army readiness by providing rigorous, relevant, and tailored distributed training and education to Soldiers, leaders, and civilians at the point of need from a responsive and accessible delivery capability. TCM TADLP is an integral component of the institutional, operational, and self-development training domains. TCM TADLP combines resources of the Active Army and Reserve Component to deliver instruction to Soldiers and units worldwide. It uses information technology to develop, implement, and evaluate instruction, enhancing and extending traditional methods of learning. TCM TADLP is comprised of Army-wide courseware development, the Army e- Learning program, and the Army Learning Content Management Capability (ALCMC). Critical to accessibility of TCM TADLP products are the Point-Of-Delivery (POD) enablers, including classrooms, mobile devices, desktops, and facilities, used to access content and conduct individual and collective training and education at the point of need. TCM TADLP supports the Department of Defense (DoD) intent to deliver "learner centric" training when and where required, increasing and sustaining readiness throughout the force, Active and Reserve. The anticipated award will result in a firm fixed price contract supporting the Training and Doctrine Command (TRADOC) Capability Manager for The Army Distributed Learning Program (TCM TADLP). The objective of the anticipated non-personnel services contract is to provide for the rebuild of distributed learning products from the current format to html5. The associated NAICS code is 541511, Custom Computer Programming Services. Size standard for this NAICS code is $27.5 million. Interested persons may identify their interest and capability to respond to the requirement. However, all capabilities statements received within the closing date set in this synopsis will be considered by the Government. A determination by the Government will be made based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct market research. Please include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The response shall not exceed 15 pages. 1. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If significant subcontracting or teaming is anticipated provide evidence that the prime will be in compliance with FAR 52.219-14 Limitations on Subcontracting. 3. The draft Performance Work Statement (attachment #1) is provided for reference. 4. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All interested businesses that are capable and responsible sources that would like to respond to this synopsis are encouraged to provide a statement of interest along with supporting substantiation input to Mrs. Melissa Cain, Contract Specialist, via email at Melissa.j.cain2.civ@mail.mil no later than 12:00 pm EST on 04 March 2019. All responsible sources may submit a capability statement (no longer than 15 pages) which shall be considered by the agency. Interested sources are encouraged to contact the Government contract specialist to obtain additional program details prior to submitting a capabilities statement. No phone calls will be accepted. All questions must be submitted in writing to the contract specialist identified above via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »