Inactive
Notice ID:SCORM_LMS
This sources sought is a request for information (RFI) for planning purposes only and is not a request for proposal (RFP), request for quote (RFQ), invitation for bid (IFB), or an obligation on the pa...
This sources sought is a request for information (RFI) for planning purposes only and is not a request for proposal (RFP), request for quote (RFQ), invitation for bid (IFB), or an obligation on the part of the government to acquire any services/supplies. Responses to this sources sought are not offers and cannot be accepted by the government to form a binding contract. The government will determine if/how to proceed based on the results of this notice. Companies that respond to this notice should not expect to receive feedback regarding submissions. The government will not pay any costs incurred in response to this notice. All costs associated with responding to this sources sought will be solely at the expense of the responding party. The information provided in this notice is subject to change and is not binding on the government. Please review the below description and indicate if your company is able to provide the requested: Description of Services Technical consulting, software programming, system maintenance, modifications, enhancements, non-Java based Shared Content Object Reference Model (SCORM) interface maintenance, and training support to the Training Requirements and Information Network extended (TRAINext) Learning Management System (LMS)/Individual Development Plan (IDP) interactive system to support workforce career management. To meet the current training delivery, reporting, tracking, management, and enrollment process needs, the Learning Target LMS needs to be supplemented so that the Learning Target LMS/IDP will conform to the day-to-day business processes. Contractor must have the proprietary data rights (source codes, data, etc.) needed to successfully perform this requirement. Personnel Requirements Contractor personnel providing support must clearly demonstrate expert knowledge and experience in performing the tasks listed above and the following: Proficient in Learning Target system, LMS/IDP. Proficient in SQL Server 2008. Proficient in the ColdFusion Markup Language. Must have strong project management and software engineering skills as well as adherence to software development best practices to ensure product quality. Must adhere to Information Security and Cyber Security principles to ensure software security and mitigation of risks and vulnerabilities. Proficient in SCORM LMS Adapter or Tin Can (xAPI). Proficient in Instruction System Design and Adult Learning theory. DELIVERY INFORMATION: Defense Contract Audit Agency ESTIMATED PERIOD OF PERFORMANCE: 29 March 2022 thru 28 March 2023 All interested vendors capable of providing this support must provide a simple capabilities statement that includes the following: Company name Government contract numbers that relate to this requirement, as applicable Socioeconomic status(es) CAGE code DUNS number Size of business relative to NAICS code Mailing address Name, telephone number, and e-mail address for primary point of contact (POC) with the authority and knowledge to clarify responses with government representatives and can verify the demonstrated capabilities. In accordance with FAR 3.104-4, mark material that may be source selection information. Source selection information shall be marked with the legend “Source Selection Information – See FAR 2.101 and 3.104.” This includes the quoter’s cover page and EACH page that may contain source selection information. Any information provided by industry to the government as a result of this sources sought is strictly voluntary. Responses will not be returned. As a reminder, no entitlements to payment of any direct or indirect costs or changes to the government will arise as a result of vendor submission of responses or the government’s use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future solicitation, if applicable. The limit for all responses is three (3) pages, single-sided, in Microsoft Word or Adobe PDF format with a minimum of 10-point font on an 8.5 x 11 page with margins of 1”. Interested vendors should submit their response via e-mail to Tiffany.Welch@dla.mil with “Sources Sought – SCORM LMS” in the subject line.