This Request for Quote (RFQ) is for a Learning Content Management System (LCMS) for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Emergency Management Institute (EMI) located in Emmitsburg, MD. The DHS/FEMA/OCPO/Acquisition Operations Division/Preparedness Section intends to award a single firm fixed price delivery order award under the authority of FAR Part 8.4. The Emergency Management Institute (EMI), under NTED, and the Workforce Development Division (WDD) develop and deliver specialized training for emergency response providers and emergency managers from State, local, tribal, and territorial governments, the Federal Government, foreign governments, private sector entities, and the general public. The existing training catalogs contain over 600 courses delivered in residence on FEMA campuses, in the field, and online. NTED currently houses its courses in a Learning Content Management System (LCMS). The current system is a cloud-based solution allowing collaborative course development. The system includes content authoring, rapid development, and content import capabilities. Course content is shared and reused in multiple courses which maintains consistency across the curriculum and expedites the revision process. Subject Matter Experts log into the system to provide review comment and make inline edits directly to the course content. Once the materials have been finalized, EMI uses the system to export courses out into a variety of end products including Instructor Guides, Student Manuals (MS Word), PowerPoint visuals, SCORM, and HTML. The intention of this requirement is the acquisition of continued use of a Learning Content Management System (LCMS) and services to support the U.S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/Protection and National Preparedness (PNP)/National Preparedness Directorate (NPD)/National Training and Education Division (NTED). The contractor shall provide all products and services as identified in the performance work statement. The objective of this procurement is to obtain reliable, efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives described in this work statement. See attached Request for Quote # 70FA2021Q00000012 and two (2) supporting attachments (PWS and QASP). NOTE: Questions and Quotes submitted in response to this RFQ shall be submitted in accordance with the terms and conditions provided in the attached Request for Quote. Questions and Quotes submitted through GSA eBuy will not be considered. =============================== Amendment A00001 The purpose of this amendment is to add MAS Category 54151S, and incorporate a revised Attachment A Performance Work Statement, dated 4-22-2021, which updates Section 1.3.1. =============================== Amendment A00002 The purpose of this amendment is revise RFQ Section E Solicitation Provisions; update Section D Attachments; incorporate Questions and Answers (dated 5-4-2021); incorporate (2) sample FEMA Data exports; and extend the RFQ response date to not later than 4:00 p.m. (Eastern Time) on May 26, 2021. =============================== Amendment A00003 The purpose of this amendment is to correct Amendment A00002 RFQ Section E Solicitation Provisions - Quote Submission Instructions - to state Original Quotes shall be submitted not later than 4:00 p.m. (Eastern Time) on May 26, 2021.
The Federal Emergency Management Agency (FEMA) is seeking to purchase a Learning Content Management System (LCMS) through a firm-fixed-price delivery order. The LCMS will be used to manage and deliver learning content for FEMA's training programs. The LCMS should include licenses for authoring, review, and administrative functions, as well as capabilities for content import and export, administrative functions, and PIV enablement. The system should also be hosted in a FedRAMP authorized environment and comply with legal requirements, including Section 508 accessibility standards.
The acquisition will be evaluated based on several non-price (technical) factors, including the offeror's technical approach and proposed solution, technical capability, past performance, key personnel qualifications, and a product video demonstration. The evaluation of past performance will consider the offeror's experience on similar contracts in terms of size, scope, and complexity. The evaluation of the product video demonstration will assess the offeror's ability to perform specific tasks related to content development, course export, admin functions, and review.
Price quotes will also be evaluated for completeness and reasonableness. The evaluated price will be based on the total price of all contract line items (CLINs), including any options. Adequate price competition is expected for this acquisition.
The period of performance for the acquisition is from August 30, 2021 to August 29, 2022. The place of performance is not specified in the provided information.