ACT Exam Program
The Defense Human Resources Activity (DHRA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing s... The Defense Human Resources Activity (DHRA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) for ACT Exam Administration and Delivery. The Government requires contractor services to provide administration and delivery of the ACT exams to military Service members worldwide, including scoring data. This Notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought Notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. The proposed NAICS for this effort is 611710, Educational Support Services (size standard $15M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. The Government is specifically performing Market Research to see if there are potential vendors who can meet the Government's requirement as established in the attached, DRAFT Performance Work Statement (PWS). SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. Schedule contract number, if applicable B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: • ACT Testing Assessment- The provided test must evaluate English, Math, reading, and science assessment scoring and data provision in particular, in the computer based (digital) format. • DANTES Academic Information Management System (DAIMS) Data Entry and Maintenance- Vendor must provide pertinent Service member data and test scoring into the DAIMS at least weekly. • ACT Digital Delivery and Administration Network Infrastructure Establishment- As the contract proceeds into the out years, the Government desires to phase out paper based delivery of the ACT and move completely to computer based, digital delivery and management. 2. Industry feedback is requested on the draft PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the PWS requirements and any suggestions for improving the PWS language. Additionally, the Government seeks answers to the following questions concerning this requirement: - What is the offeror's capacity to shift to 100% computer based testing delivery starting in Option Year 1 and completing during Option Year 2? - Specifically, what are the facility and network hardware requirements to establish all digital administration, delivery, and scoring of the ACT? - Is the establishment of 100% digital testing capability an initial, onetime cost or will there be an annual requirement? - Is it possible that the digital delivery for the Government could occur at any of the DANTES Test Site locations? - What is the potential for an on demand ACT testing delivery model in order to allow service member to be able to take the exam outside of standard testing schedules? C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and dollar value of each project; include a contract number if applicable 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the Sources Sought evaluation. The results of this Sources Sought Notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The Government will not respond to questions submitted in response to this Notice. The information provided in this Sources Sought Notice is subject to change and is not binding on the Government. RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on April 10, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) points of contact: Anne Ditch, Contract Specialist anne.t.ditch.civ@mail.mil and Frank Whorton, Contracting Officer, frank.a.whorton.civ@mail.mil Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »