Search Contract Opportunities

Industry Notice - Future FY21 Content Conversion for Ready Relevant Learning   4

ID: N61340-20-R-0037 • Type: Special Notice
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
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

For the Fiscal Year 2021 (FY21) Ready Relevant Learning (RRL) Content Conversion effort, the Government is contemplating a different approach from previous RRL Content Conversion delivery orders. This will be the first Content Conversion contract awarded outside the Training Data Products Contract (TDPC) multiple award contract (MAC).

The Government is considering utilizing a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) type contract in accordance with FAR 16.504. The Government will place delivery orders for individual requirements. For this instance, the Government will place individual orders for the various Ratings included within this FY21 RRL IDIQ, to include Fire Control Technician (FT), Master at Arms (MA), Aviation Structural Mechanic (AM), Electronics Technician Navigation, Submarines (ETV), Cryptologic Technician, Maintenance (CTM), Mineman (MN), Information Systems Technician (IT), and Aviation Machinist's Mate (AD).

As stated in the Statement of Work, using the Government provided Functional Requirements Documents (FRDs) and corresponding SOW Appendix A, Knowledge Capture Reports (KCRs), Military Characteristics Documents (MCDs), and supporting data workbooks as a basis, the contractor shall determine the course, module, and lesson structure for each course for each rating and shall design, develop, test, and deliver products meeting the specified requirements. Offerors will be asked to provide unit pricing at the Interactive Multimedia Instruction (IMI) level. IMI is the preferred term and shall be interpreted generically as electronic media, replacing both ICW and ILT-CAI as terms, regardless of whether the product is instructor-led or student-led, and including considerations for software management tools (e.g. Learning Management System, Learning Record Store).

Functional Requirements Documents (FRDs) are completed per rating path; therefore, each will include all of the courses (one or more) for that path and the required levels/types of IMI. For each specific rating, the Government intends to place a delivery order (DO) for one or more complete paths within a rating as the Government has complete data available. The contractor will complete each rating in increments of complete paths. As additional complete data becomes available for a particular rating, the delivery order will be modified accordingly to capture any changes in the quantity of IMI hours required. Different paths may have different delivery dates within the same delivery order. The unit pricing for IMI levels/types will be fixed at the IDIQ level and won't be negotiated at the delivery order level. At the time of final RFP release, the Government will provide offerors with the current day estimated amounts of IMI for each level/type across all ratings to help with the contractor's estimates.

At the time of each delivery order award, the Government will provide the FY21 RRL Content Conversion contractor the Final FRDs that are available for a rating and the quantity of IMIs, by level/type, to be ordered. These are not intended to be up for negotiation. Travel in support of IMI development will be invoiced at Cost (no fee) with an estimated dollar value provided by the Government. All required labor and materials should be included in an offeror's IMI pricing. Pricing for any Complex Media required and Production Support, to include Train the Trainer and Pilot, will be negotiated and placed on each order via a modification to the order as more definitive requirements, to include final Military Characteristics Documents (MCDs), become available. Complex Media may be priced as Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP). Production Support is intended to be fixed price.

The unit pricing provided by the winning offeror will become the unit pricing for all IMI, across the various levels/types for all of the ratings to be acquired under this contract vehicle. Separate pricing will be obtained for the multiple years across the entire ordering period (estimated 15 March 2021 14 March 2022 and 15 March 2022 14 March 2023.) Separate pricing will also be obtained for Unclassified and higher-than-Unclassified requirements.

The purpose of this different approach to RRL Content Conversion is to allow progress to be made with the Government's Content Conversion efforts prior to an entire rating being ready to turn over to the contractor for pricing. The Government hopes that this will reduce the amount of re-work and repricing for both parties that comes with providing updated documents after award of any particular rating.

************

Industry, to include potential offerors and subcontractors, is encouraged to review this new proposed approach and provide feedback/suggestions/concerns to the Government by close of business 13 January 2020 to the FY21 RRL CC Contract Specialist, Audrey Rolland via email to Audrey.Rolland@navy.mil. Please limit your responses to three typed 8.5 x 11 pages, 11-point Times New Roman font. (Direct responses to your submissions won't be provided.) The following draft documents are provided at this time: updated draft SOW, listing of relevant Terms and Definitions (Appendix C), tentative CDRL listing (Appendix D), draft listing of RRL Content Delivery Methods (Appendix G), tentative CLIN structure for the IDIQ and a fictitious delivery order CLIN structure. More information regarding a draft solicitation, to include preliminary evaluation criteria and pre-solicitation conference information will follow in late January 2020.

Overview

Response Deadline
Jan. 13, 2020, 5:00 p.m. EST Past Due
Posted
Dec. 20, 2019, 3:36 p.m. EST (updated: Feb. 5, 2020, 11:31 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Vehicle Type
Indefinite Delivery Contract
On 12/20/19 NAWC Training Systems Division issued Special Notice N61340-20-R-0037 for Industry Notice - Future FY21 Content Conversion for Ready Relevant Learning due 1/13/20.
Primary Contact
Name
Audrey Rolland   Profile
Phone
(407) 380-4899

Documents

Posted documents for Special Notice N61340-20-R-0037

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Special Notice N61340-20-R-0037

Award Notifications

Agency published notification of awards for Special Notice N61340-20-R-0037

IDV Awards

Indefinite delivery vehicles awarded through Special Notice N61340-20-R-0037

Contract Awards

Prime contracts awarded through Special Notice N61340-20-R-0037

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N61340-20-R-0037

Similar Active Opportunities

Open contract opportunities similar to Special Notice N61340-20-R-0037

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC TSD > NAWC TRAINING SYSTEMS DIV
FPDS Organization Code
1700-N61340
Source Organization Code
500045708
Last Updated
March 31, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 31, 2020