United States - Training Support Team (J-7)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 September 2024
Opportunity publication date
27 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes UPDATE:  Amendment 0001, revised Attachment 1 Performance Work Statement (PWS), added Attachment 4 Questions and Answers (Q&A). Please acknowledge by signature of an authorized signatory the SF1449 and SF30 and return with your proposal due by Noon EST, 19 September 2024.

The Defense Health Agency Solicitation HT0011-24-R-0050 is being issued for a non-personal services contract to provide personnel support for e-Learning courseware development, instructional system design (ISD) projects, learning management system (LMS) administration, and training support personnel.

Objectives:  The goal of this requirement is to deliver instructional system design (ISD), eLearning development support, and learning management system (LMS) administrative support to DHA/J7 to include the following:

Review and create storyboards prior to development and support annual reviews
Use the Analysis, Design, Development, Implementation and Evaluation (ADDIE) model to develop and update engaging training material
Ensure 508 compliance on courseware and other training materials
Serve as a liaison between customers and the DHA LMSs Management Team
Ability to perform technically detailed LMS administrative tasks
Ability to plan, guide, and manage a group training event

Scope:  This requirement includes support in the following areas:

Standardization and quality assurance of the coordination and completion of DHA eLearning training products/programs through the delivery of instructional system design (ISD) expertise.
LMS system administration, training, collaboration, and coordination with DHA stakeholders regarding courseware in production, testing, and gate reviews.
Ability to conduct individual and group training and provide appropriate remediation and reinforcement solutions.
Develop, maintain, convert, and post web-enabled training courseware, videos, joint knowledge products, and relevant joint information content capabilities.
Technical assistance to DHA and its various program office stakeholders eLearning development teams (only for known development tools); and
Assist with user accounts and course assignments through elevated user training events.
Manage the complete ADDIE process for all DHA approved courseware projects to include kickoff, intermediate, and final testing meetings, and milestones, and then the hosting of the courseware on the LMS for student enrollment.

Please review the entire Solicitation and all Attachments/Exhibits and follow the proposal instructions provided therein.  Proposals are due no later than 19 September 2024 at 12:00 PM Eastern Time (changed from 4 September 2024 at 3:00 PM).

Period of Validity. The Offeror agrees to hold the prices in its offer valid and firm for 180 calendar days from the date specified for receipt of offers.

Offer Submission Instructions. Offeror is required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offeror must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.  Offeror must acknowledge any and all amendments to the solicitation.
The Government does not intend to hold discussions, however the Government reserves the right to hold discussions or negotiations if the Contracting Officer finds it necessary to do so. The Offeror’s initial offer should contain the Offeror’s best terms from a price and technical standpoint. The Government reserves the right to seek information through clarifications or communications with the Offeror. The offer shall not simply rephrase or restate the Government’s requirements, but shall provide convincing rationale to address how the Offeror intends to meet the requirements.

Points of Contact. Email communication to Points of Contact (POC) for this solicitation should be addressed to the Contracting Officers at linda.m.walker38.civ@health.mil or janet.h.lee4.civ@health.mil, located in Falls Church, Virginia, USA.  Include the solicitation number in the subject line of all email documents.

Questions. Questions shall be submitted to POCs, no later than 8 August 2024 at 3:00 PM Eastern Time.  Follow-up/additional questions will not be accepted after this date and time. Responses to questions will be provided through SAM.gov.

Electronic Submittal: Offers shall be electronically submitted on or before the day and time designated in Box 8 of the Standard Form (SF) 1449 via e-mail to the Points of Contact identified above. The Offeror to the solicitation is responsible for ensuring receipt by the POC. The firewall utilized by the Government contracting office does not authorize or accept zip files.

Offer Content and Format:  An offer shall consist of a Cover Letter and three (3) Volumes: Volume 1 for material documenting the Offeror’s Technical Capability to meet all requirements of the Performance Work Statement (PWS); Volume 2 for Past Performance; and Volume 3 for all Price information.  Each volume shall be written on a stand-alone basis so that its contents may be evaluated without cross-referencing. 

Non-price proposals are limited to forty (40) single-sided pages. Pages should be numbered consecutively throughout the document and not by sections. For any sections of a proposal with a defined page limit, pages exceeding the specified limit will be removed and not forwarded for evaluation.

CHANGED FROM:
The following sections are not subject to page limits:

Contractor POC Cover Letter
Title page
Table of Contents
Definitions
Resumes
Past Performance Questionnaires
Volume III - Price

CHANGED TO:
The following sections are not subject to page limits:

Contractor POC Cover Letter:

Signed SF1449 (block 30) and Amendment(s) (block 15) 
Representations and Certifications (if not completed in SAM.gov) 
Assumptions and/or Exceptions (to requirements or terms and conditions)

Volume Title page
Volume Table of Contents
Volume Definitions (includes Glossaries, Acronyms, Abbreviations)
Volume I - Resumes
Volume II - Past Performance Questionnaires
Volume III - Price

The following Volumes are subject to the indicated page limits:

Volume I – Technical Capability – 40 pages:

Subfactor 1: Technical Approach Narrative – 15 pages
Subfactor 2: Draft Transition Plan - 5 pages
Subfactor 3: Draft Quality Control Plan -10 pages
Subfactor 4:  Staffing/Key Personnel Plan and Organization Experience – 10 Pages

Volume II – Past Performance – 6 pages
Volume III – Price – No page limit

An offer page is 8.5 inches by 11 inches (portrait format) with 1-inch margins and single-sided. Text shall be single-spaced in Times New Roman font of no less than 12-point font. Tables, graphics, captions, and call-outs may use 10-point font.  Narrative shall be submitted in MS Word or searchable PDF Format. Detailed pricing information shall be submitted in tabular format in MS Excel. The Offeror’s company name (no logos), the date, solicitation number, and volume number shall be included on each page of the offer (this information may be included in a header/footer).  All pages of the offer volumes shall be numbered, using a uniform numbering system. Page numbers, headers and footers may be outside the page margins and are not bound by the font and point size requirement. Any offer containing proprietary information shall be clearly marked. All pricing information shall be addressed ONLY in the Price Volume. Each volume shall contain a glossary of all abbreviations and acronyms used, and with an explanation for each. Glossaries do not count against the page limitations for their respective volumes.

Cover Letter Instructions: The cover letter shall reference the solicitation number and identify all enclosures being transmitted as part of the offer. The cover letter shall include the Company Name, Address, Contract and Government Entity (CAGE) code, and System for Award Management (SAM)/Dun & Bradstreet (DUNS) number. The cover letter shall identify the name, address (if different from the company address), telephone number and e-mail address of the individual authorized to provide clarifications and have communications with the Government. Cover letters shall state offer validity at least 180 calendar days from the date of submittal and shall provide a statement specifying the extent of agreement with terms, conditions, provisions, and representations and certifications included in the solicitation.  Note: All proposal preparation costs will be the sole responsibility of the Offeror. The Government will not reimburse any firm for their proposal preparation costs.

Opportunity closing date
19 September 2024
Value of contract
to be confirmed

About the buyer

Address
DEFENSE HEALTH AGENCY

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?