The RFP Database
New business relationships start here

Lifelong Learning Center (LLC) Technical Support Services


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION

The US Army Mission and Installation Contracting Command, Ft. Eustis is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Combined Arms Center - Army Training Support Center, Lifelong Learning Center Contractor Technical Support Services. The intention is to procure these services on a competitive basis.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. 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.


PLACE OF PERFORMANCE

Location                                           % On-Site Government      % Off-Site Contractor

Army Training Support Center (ATSC)         100%                             0%
Building 3308 Wilson Avenue
Ft. Eustis, VA 23604
Or another designated ATSC facility

Command and General Staff College (CGSC)  100%                             0%
100 Stimson Avenue
Ft. Leavenworth, KS 66027
Or another designated CGSC facility

Cyber Center of Excellence (Cyber CoE)         100%                             0%
405 Barnes Avenue
Ft. Gordon, GA 30905
Or another designated Cyber CoE facility

Maneuver Support Center of Excellence (MSCoE) 100%                         0%
Building 3000 MSCoE Loop
Ft. Leonard Wood, MO 65473
Or another designated MSCoE facility

The Judge Advocate General Legal Center           100%                         0%
and School (TJAGLCS)
600 Massie Road
Charlottesville, VA 22903
Or another designated TJAGLCS facility

US Army Warrant Officer Career College             100%                         0%
(WOCC)
5302 Outlaw Street - Swartworth Hall
Fort Rucker, AL 36362-5000
Or another designated WOCC facility

US Army Sergeants Major Academy                    100%                          0%
(USASMA)
11291 SGT E. Churchill Street
Fort Bliss, TX 79918-8002
Or another designated USASMA facility


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. RESPPONSES 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 RFP, IF ANY 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."


PROGRAM BACKGROUND


The US Army Combined Arms Center - Army Training Support Center (ATSC) is designated as the Program Management Organization for the Lifelong Learning Center Program (LLC). The purpose of the LLC Program is to provide lifelong learning capability at TRADOC schools. Lifelong learning gives Training and Doctrine Command (TRADOC) the ability to create a training and education environment that takes advantage of major developments in information technologies and training and education methodologies. It provides the ability to support a force in transformation by providing relevant, standardized training and education, on demand, to the right Soldier, leader, or unit, at the teachable moment, regardless of location. The LLCs specifically address that portion of TRADOC's mission to train and educate the Army's Soldiers; develop leaders; and support training in units. Key in the development of the lifelong learning process is ensuring the process is user-friendly. All players associated with the mission to train and educate the force will improve their ability to perform their jobs and more importantly, the Soldier and leader will benefit from a process that allows them to learn, grow, and achieve in their profession throughout their career, where they serve.


The LLC is the technical hub of the lifelong learning process and is essential for all lifelong learning development. It is the community of interest for the proponent. The LLC is the portal for all Soldiers/leaders to access their proponent training and education content. The LLC provides training and education content, courses and courseware, collaboration, information, discussions, all related to the professional needs of the user. The LLC has a student management function to monitor, manage, and provide relevant training content to a Soldier throughout their career. The LLC has a digital library for creation, storage and delivery of all standardized proponent training and education content, and has a human element with support available 24 hours/7 days a week. LLC technical support is currently provided at the following locations: Ft. Eustis, VA; Ft. Gordon, GA; Ft. Leavenworth, KS; Ft. Leonard Wood, MO; the Judge Advocate General Legal Center and School (TJAGLCS), Charlottesville, VA; the Warrant Officer Career College (WOCC), Ft. Rucker, AL; and the United States Army Sergeants Major Academy (USASMA), Ft. Bliss, TX.


REQUIRED CAPABILITIES


The Contractor shall provide all personnel, supervision, and other items necessary to perform Lifelong Learning Center Contractor Technical Support, except for those items specified as government furnished property and services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and the draft PWS and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


 SPECIAL REQUIREMENTS:
• A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance.
• Clinger-Cohen Act
• Service Contract Act
• Government Furnished Property plan.


ELIGIBILITY


The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $27,500,000. The Product Service Code is R301. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 16 September 2019. All responses under this Sources Sought Notice must be e-mailed to Shavonda Jamison at shavonda.a.jamison.civ@mail.mil.


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?
2.) Does your company have the capacity to perform these contract services? If so, please provide the information requested under Required Capabilities section, paragraph two.
3.) What experience does your company have in managing Blackboard applications on the .mil (NIPR), .smil (SIPR), and commercial (.com) networks?
4.) Do your company and personnel currently have, or are they able to maintain a secret security clearance as required by the PWS for access to the SIPRNET?
5.) Do your company and personnel have Information Awareness (IA) certifications?
6.) Can you provide Blackboard Certified Trainers?
7.) Can or has your company managed a task of this nature? If so, please provide details.
8.) Can or has your company managed a team of subcontractors before? If so, provide details.
9.) What specific technical skills does your company possess which ensure capability to perform the tasks?
10.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.
11.) 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.
12.) 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.


The estimated period of performance consists of a base and three (3) option years with performance commencing in August of 2020. Specifics regarding the number of option periods will be provided in the solicitation.


The contract type is anticipated to be Firm Fixed Price.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Lead Contract Specialist, Anthony Ciccariello, in either Microsoft Word or Portable Document Format (PDF), via email anthony.ciccariello1.civ@mail.mil.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted.


All questions must be submitted to the contract specialist identified above. 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.


Anthony Ciccariello, Contract Specialist, Phone 7575018153, Email anthony.ciccariello1.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP