Search Contract Opportunities

DISCS Curriculum Development Solicitation   2

ID: HQ003419R0232 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 13, 2019, 2:29 p.m. EDT

Request For Proposal (RFP): Contractor Support of the Defense Institute of Security Cooperation Studies (DISCS) Academic Program (Course Design and Development).

This amendment incorporates changes to Section L.

The proposal due date remains Monday August 19, 2019 at 1:00pm ET.
All other terms and conditions remain in full force and effect.


Posted: Aug. 12, 2019, 6:21 p.m. EDT
Posted: July 31, 2019, 5:05 p.m. EDT
Posted: July 17, 2019, 9:59 a.m. EDT
Posted: July 2, 2019, 12:35 p.m. EDT
Posted: June 27, 2019, 9:37 a.m. EDT

DEPARTMENT OF DEFENSE
WASHINGTON HEADQUARTERS SERVICES
ACQUISITION DIRECTORATE

SOURCES SOUGHT NOTICE

General Information
Document Type: Sources Sought Notice
Title: Contractor Support of the Defense Institute of Security Cooperation Studies Academic Program - Curriculum Development
Sources Sought Post Date: 06/27/2019
Sources Sought Response Date: 07/08/2019
NAICS Code: 541511 Custom Computer Programming Services
Product Service Code: U099, Other Education and Training Services
Background

The Defense Institute of Security Cooperation Studies (DISCS) is the Defense Security Cooperation Agency (DSCA) school house for the Security Cooperation Workforce (SCW). DISCS's mission is to educate the SCW to develop and execute innovative Security Cooperation solutions that support mutual domestic and partner nation interests. As DSCA's schoolhouse, DISCS has been tasked with developing new curriculum to support the SCW professionalization effort. In order to contend with a large course workload, heavy travel requirements, and limited instructional staff to meet worldwide security assistance and security cooperation education requirements, DISCS has developed an online learning program that incorporates both asynchronous and synchronous courses delivered through a Learning Management System (LMS). DISCS currently has more than 30 online courses and online learning modules (Learning Guides) available to its students for credit and for performance support to the SCW. DISCS, also, provides training and education through more than 20 resident (classroom) courses delivered at the DISCS campuses located at Wright-Patterson Air Force Base (WPAFB) and in the National Capital Region (NCR), in addition to other CONUS and OCONUS locations. This academic program is expanding and DISCS is developing more than 19 additional courses (primarily hybrid online and resident), and modifying many of the existing courses.

1.0 SOURCES SOUGHT

To facilitate market research, the Government is looking to identify qualified sources under the North American Industry Classification System (NAICS) 541511 entitled "Custom Computer Programming Services."

Responses from all small businesses to include: Small Businesses, 8(a) Small Businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses.

This Sources Sought Notice is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern's qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a combined synopsis/solicitation may be issued. However, responses to this Sources Sought Notice will not be considered adequate responses to a solicitation.

The Government will NOT accept requests for meetings or briefings. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned.

The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted.

As a result of this notice, the Government MAY issue a Request for Proposal (RFP). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice, or the Government's use of such information as either part of our evaluation process, or in developing specifications for any subsequent requirement.

CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

2.0 PROGRAM DETAILS

The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition Directorate (AD) is issuing this notice to obtain information to assist the DISCS/DSCA in providing learning design and development services for DISCS courseware. The contractor will work closely with DISCS faculty to design and develop interactive courseware, graphical elements, scenarios, knowledge checks, and interactions for members of the DoD SCW to support new requirements. No contractor proprietary software/hardware will be used, and all materials and software developed (inclusive of source code and source code documentation) under this contract shall become the property of the DoD. The source consists of all course files, graphics original files, video files, etc. No use of cookies, custom code, cloud-based products, or third-party software will be incorporated without DISCS approval.

The following service requirement critical task areas describe the broad range of functions and tasks in support of this effort:

3.0 SERVICE REQUIREMENT CRITICAL TASK AREAS/ELEMENTS

All submissions *must include verifiable* information about its firm's ability to comply with the security requirements for this effort:

Security Clearance Requirement. Some contract personnel will need to be able to obtain CAC cards in order to fully perform.

Interested firms should submit their response via email to nicole.c.wright2.civ@mail.mil and tara.k.murphy.civ@mail.mil and include a capabilities statement covering experience, staffing and technical capabilities. The capabilities' statement should address the two (2) Task Areas identified below and demonstrate how the firm's experience and recent past performance (last three years) is relevant to the technical areas listed including the dollar value, period of performance, size and scope of the firm's prior contracts.

Task 1: The contractor shall work in coordination with DISCS faculty and staff or other Subject Matter Experts (SMEs) within the SCW identified by DISCS to develop training packages targeting different aspects of security cooperation. Additionally, the contractor will design course content to support DISCS SCW certification efforts. Contractor shall perform these and additional related tasks in coordination with DISCS leadership. The contractor shall provide interactive courses utilizing DISCS standards (as provided) within the currently developed template/shell in place unless otherwise approved. The contractor shall perform all testing on the DISCS LMS (currently Blackboard) with final acceptance testing by the DISCS client.

Task 2: The contractor shall work in coordination with DISCS faculty to employ Instructional Systems Design (ISD) principles based on the ADDIE model and the Government Instructional Systems Design process. The contractor shall gather requirements and coordinate with designated SMEs for each course and develop design storyboards for approval prior to development. DISCS will provide lesson goals, lesson objectives, and learning objectives to support courseware. The contractor may also coordinate with DISCS to develop lesson goals, lesson objectives and learning objectives to support courseware.

Place of Performance: The work will be performed at the contractor's site and at DISCS, Building 52, Wright-Patterson AFB OH 45433, subject to space constraints. Periodic telework, coordinated with DISCS, is possible. Some travel may be required.

4.0 CAPABILITY STATEMENTS

Vendors must demonstrate their ability to comply with the requirements in this Sources Sought in order to be considered capable of satisfying the Government's requirement.

All interested firms having the experience, skills and capabilities necessary to perform the stated requirements are requested to provide capability statements not to exceed 5 pages in "Times New Roman" 12-pitch font on 8.5 x 11 paper that include the following information:

1) Company name, address, point of contact name, telephone, and email address.
2) CAGE Code and DUNS Number.
3) Business size status (business size/socio-economic category must be submitted to be used).
4) Vendor acknowledgement and capability to provide personnel that will need to successfully pass a National Agency Check.
5) Documentation that addresses each of the Service Requirement Critical Tasks/Elements detailed above.
6) A description of Corporate Experience & Past Performance Information for similar contracts and/or projects accomplished within the last three (3) years. The description must include where, when, and for whom each similar contract and/or project was performed and a brief description of each contract and/or project, including the size, scope, dollar value, and period of performance.

5.0 SUBMISSION INSTRUCTIONS

The response to this notice is limited to three (3) single sided pages including all attachments, charts, etc. (single spaced, 12 point font minimum excluding charts and graphics) and should also include current business size status. This indication should be clearly marked on the first page of the response, as well as the eligible business concern's name, point of contact, address, and cage code.

All responses to this Sources Sought Notice must be submitted electronically (via e-mail) to nicole.c.wright2.civ@mail.mil and tara.k.murphy.civ@mail.mil.

The subject of the email must be titled "Defense Institute of Security Cooperation Studies Academic Program - Curriculum Development." Facsimile responses will not be accepted.

To facilitate a timely and comprehensive review of all submitted responses, firms must respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response.
COMMON CUT-OFF TIME/DATE

Responses to the information above are due no later than COB July 8, 2019. Responses received after this date and time may not be considered.

OFFICE OF SMALL BUSINESS PROGRAMS CONTACT INFORMATION
Janique Hudson
WHS/OSBP Small Business Specialist
janique.a.hudson.civ@mail.mil
703-545-1806

Overview

Response Deadline
Aug. 19, 2019, 2:00 p.m. EDT (original: July 8, 2019, 6:00 p.m. EDT) Past Due
Posted
June 27, 2019, 9:37 a.m. EDT (updated: Aug. 13, 2019, 2:29 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
2475 K Street WRIGHT PATTERSON AFB, OH 45433 USA
Source

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
24%
Signs of Shaping
61% of obligations for similar contracts within the Washington Headquarters Services were awarded full & open.
On 6/27/19 Washington Headquarters Services issued Sources Sought HQ003419R0232 for DISCS Curriculum Development Solicitation due 8/19/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541511 (SBA Size Standard $34 Million) and PSC U.
Primary Contact
Title
Contracting Officer
Name
Tara Murphy   Profile
Phone
(703) 545-0675

Secondary Contact

Title
Contract Specialist
Name
Nicole Wright   Profile
Phone
(703) 697-9697

Documents

Posted documents for Sources Sought HQ003419R0232

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought HQ003419R0232

Award Notifications

Agency published notification of awards for Sources Sought HQ003419R0232

Contract Awards

Prime contracts awarded through Sources Sought HQ003419R0232

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought HQ003419R0232

Similar Active Opportunities

Open contract opportunities similar to Sources Sought HQ003419R0232

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > WASHINGTON HEADQUARTERS SERVICES (WHS) > WASHINGTON HEADQUARTERS SERVICES
FPDS Organization Code
97F5-HQ0034
Source Organization Code
100077251
Last Updated
Oct. 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 3, 2019