READY RELEVANT LEARNING (RRL) FISCAL YEAR 2024 (FY24) CONTENT CONVERSION (CC)

expired opportunity(Expired)
From: Federal Government(Federal)
RRL-FY24-CC-1

Basic Details

started - 18 Nov, 2022 (16 months ago)

Start Date

18 Nov, 2022 (16 months ago)
due - 02 Dec, 2022 (16 months ago)

Due Date

02 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
RRL-FY24-CC-1

Identifier

RRL-FY24-CC-1
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE NAVY (154990)NAVAIR (14150)NAVAIR NAWC TSD (1063)NAWC TRAINING SYSTEMS DIV (1063)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICE FORREADY RELEVANT LEARNING (RRL) FISCAL YEAR 2024 (FY24) CONTENT CONVERSION (CC)DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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.PURPOSEThe purpose of this sources sought is to determine the technical and industry capability of potential offerors to provide the required products and determine the method of acquisition prior to the issuance of the solicitation.THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This market research tool is being used to identify interest in the FY 24 CC requirement by potential
and eligible firms of all sizes.  Responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. After the assessment of the responses, it may be determined that this requirement will not be set aside for small business. If that occurs, then the Government intends to evaluate the small-business responses and conduct further market research to identify a subcontracting goal.Any resultant solicitation will be released to https://sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.INTRODUCTIONThe Naval Air Warfare Center Training Systems Division (NAWCTSD) is providing this Sources Sought to conduct market research for the RRL FY24 CC effort for sixteen (16) Navy Ratings (with multiple courses within each rating). This effort will modernize training, utilizing the RRL content conversion process, across 16 ratings, 31 training paths, 77 courses and 25,200 courseware hours.  Each TO is anticipated to have an 18-month period of performance and all TOs are anticipated to be awarded within approximately 18 months of the base award.  Additional time following content development completion will be dedicated to content validation through Train-the-Trainer and Course Pilot events, ensuring the converted courseware content runs within existing Navy learning environments. The anticipated ratings are: •    Naval Aircrewmen Mechanical (AWF)•    Naval Aircrewmen Helicopter (AWS)•    Naval Aircrewmen Operator (AWO) •    Naval Aircrewman - Tactical Helicopter (AWR)•    Naval Aircrewman - Avionics (AWV)•    Navy Air Traffic Controller (AC)•    Navy Musician (MU)•    Mass Communication Specialist (MC)•    Steelworker (SW)•    Explosive Ordnance Disposal (EOD)•    Construction Electrician (CE)•    Navy Diver (ND)•    Navy Builder, Sea-Bee (BU)•    Engineering Aid (EA)•    Missile Technician (MT) •    Aerographer's Mate (AG)Anticipated Timeline: Estimated (final) Request for Proposal (RFP) Release: 3rd Quarter FY2023Estimated Award:  2nd Quarter FY2024Estimated Value is $261.2 MillionProjected Delivery Schedule for ratings/paths: 18-36 months after award of delivery orderPLACE OF PERFORMANCEThe place of performance is anticipated at the contractor’s facility with some travel to various Government facilities as follows:Multiple data gathering trips related for courseware content conversion, Train-the-Trainer events, and Course Pilot events will be required, and are designated by learning site for each rating specific to this program. Potential travel locations will be identified in the RFP specific to the learning site for each rating. ELIGIBILITY: The anticipated PSC for this requirement is 6910. The anticipated North American Industry Classification System (NAICS) code for this acquisition is 541330, exception (1) which is for Engineering Services, which carries a small business size standard of $41.5M. ACQUISITION APPROACHThe Government anticipates awarding, on a competitive basis in accordance with FAR Part 15 procedures, a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract to the offeror submitting an acceptable proposal that represents the best value to the Government all factors considered. PROGRAM BACKGROUNDSailor 2025 is a Navy wide program to improve and modernize personnel management and training systems to more effectively recruit, develop, manage, reward and retain the force of tomorrow. The focus is on empowering sailors, updating policies, procedures and operating systems, and providing the right training at the right time in the right way to ensure sailors are ready for the Fleet. Recruiting, developing and retaining the right number of sailors with the right skills to man the force demands innovation built on a framework of three pillars. They are: 1) Personnel System Modernization 2) Career Readiness and 3) Ready Relevant Learning. NAWCTSD focuses on the third pillar Ready Relevant Learning (RRL).RRL is a transformational Navy training initiative that will accelerate the learning of every sailor for faster response to our rapidly changing warfighting requirements. One goal of this initiative is to achieve higher performance by coupling the timing of training delivery with every Sailor’s actual on-the-job need. RRL will ensure every sailor receives modernized training closer to the point of need to support assigned tasking through a phased approach that starts with accession “A” and “C” schools.RRL content modernization (courseware content conversion) is the effort to develop training and performance support to meet the objectives of RRL. This content modernization effort will utilize current science-of-learning practices and research, human performance support strategies, instructional design strategies, and distributed learning options within virtualized, mobile, and Navy training enterprise systems.The RRL process tailors content to the nature of the rating in terms of a Sailor’s localized job and available deployment options. This is the RRL philosophy of “right place, right time, and right means.” The goal of all RRL content design is to maximize transfer and retention of training to actual task performance in the Fleet.This sources sought notice is related to a NEW acquisition for courseware content conversion, train-the-trainer events, and course pilot events for the anticipated ratings referenced above.  There is NO INCUMBENT contract or contractor.REQUIRED CAPABILITIESInterested parties should demonstrate verifiable success focusing primarily on systems engineering (i.e. software engineering) processes in designing, developing and fielding capabilities-based simulation (e.g. virtual simulation, PC simulation) training products AND the curricula it supports (i.e. instructor-led and self-paced training materials based on instructional strategies, instructional methodologies and learning objectives). Interested parties should demonstrate expertise in both systems engineering (software engineering) and instructional systems design (i.e. the ADDIE process) with a successful project management plan that include: compliance with a tight program schedule, cost containment, and hiring and retention of key personnel and risk management.  Media Requirements/Capabilities:Media will be a requirement in the subsequent contract. Responses should demonstrate capabilities in designing and developing virtual simulations (VSIM) and computer controlled courseware that relies on instructor and/or trainee input to determine the pace, sequence, and content of training delivery using more than one type of media. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Vendors shall have a Facility Clearance Capability and Safeguarding Level up to the Secret level. SUBMISSION DETAILS (CAPABILITIES STATEMENT) Firms that believe they can demonstrate the capabilities required to be considered for this opportunity must submit an electronic response to the Contract Specialist, Mr. Austin Brookshire, at austin.e.brookshire.civ@us.navy.mil no later than 11:00am Eastern time on Friday, 2 December 2022.  Electronic responses shall include a reference to “[Enter Your Company’s Name] Response to FY24 CC Sources Sought Notice” within the subject line of the E-mail. Please use this subject line format for ease of internal configuration control. Carbon copy shall be provided to the Procuring Contracting Officer (PCO), Mr. Ricardo Elias, at ricardo.l.elias.civ@us.navy.mil. No Alternative submittal methods are requested.1.    A brief capabilities statement package in Microsoft Word document (no more than 15) 8.5x11 inch pages (inclusive of a cover page) and Times New Roman Font, no less than 10 point) shall be submitted in response to the questions. Brevity of extraneous information is desired. Responses should clearly describe the potential offerors’ capabilities to satisfy requirements and should describe current capabilities in the area of capabilities-based VSIM design, development and fielding AND in the design and development of the curricula it supports with a successful project management plan that include: compliance with a tight program schedule, cost containment, and hiring and retention of key personnel and risk management.  Summaries shall identify, at a minimum, company name, business size and small business category, CAGE code, DUNS, and NAICS. 2.    Business description:a.    Company Name, Company Address and Points-of-Contact (POC) including full name, phone number, fax number, and email address.b.    Company Business Size under the size standard associated with the assigned NAICS code (541330 exception 1, $41.5M respectively). Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, 8(a), or HUBZone Small Business Concern. Identify any certifications. If your company is in the 8(a) program, provide graduation date.c.     State your company’s intention to be a prime or subcontractor for this effort. 3.    Information and materials submitted in response to this notice WILL NOT be returned.  Classified material SHALL NOT be submitted.4.    For Small Businesses: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2021-O0008 is now in effect which includes the definition of “Similarly Situated Entity” and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 dated 09/10/21 at https://www.acq.osd.mil/dpap/policy/policyvault/USA001770-21-DPC.pdf).” 5.    To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government’s capability determination.6.    For firms potentially interested in proposing to the FY24 CC effort, please respond to the following questions.a.    Has your company ever performed as a prime contractor (or Subcontractor of dollar value close the estimates given above) for design, development and fielding capabilities-based VSIM and the curricula it supports? i.    If answer to question a is Yes, please provide one contract reference including the contract number, a Statement of Work (SOW), number of subcontractors managed, if any, and contract document indicating the number of courseware hours that were developed or converted so that Government can validate. Responses should address Required Capabilities outlined above. ii.    Explain how your company developed an executable schedule to meet the contract requirements. iii.    Did your company experience any challenges and how were they resolved to not repeat moving forward on future contracts?b.    Is your company capable of handling up to $11.5M of capital outflow, for the first 90 days of the requirement effort, prior to the first potential Government payment? Please explain.c.    Does your company have resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located where required? Please explain.d.    Has your company ever developed courseware to simultaneously meet SCORM 2004 compliance, xAPI specification compliance, and multiple delivery systems/environments? If yes, explain how you integrated multiple delivery systems/environments to meet SCORM 2004 and xAPI specification compliance.e.    Describe your company’s experience in design, development, testing, and delivery of VSIM and Interactive Multimedia Instruction (IMI) Level 3, including developing training products for delivery via mobile devices.f.    How quickly can your company hire the appropriate personnel or enter into teaming arrangements accordingly shortly after contract award, and what is the average longevity of employees?The Government is interested in conducting one-on-one meetings with interested industry partners who submit timely responses to this Sources Sought Notice.  The Government wishes to conduct one-on-one meetings on Monday, 5 December and Tuesday, 6 December 2022 virtually via Microsoft Teams.  Interested industry partners shall submit in writing with their written response to this Sources Sought Notice no later than 11:00am Eastern on Friday, 2 December 2022 their interest and availability for the 5th or 6th of December to austin.e.brookshire.civ@us.navy.mil with a carbon copy to ricardo.l.elias.civ@us.navy.mil.  In the written submission, please provide the names and E-mail addresses of the individuals who will be participating in the one-on-one meetings so the Government can properly distribute the meeting makers.This notice is for planning purposes only and is not to be construed as a commitment by the Government to procure any products or services, or for the Government to pay for the information received. 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 Notice. 

Orlando, FL, 32826, USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Alafaya

Classification

NAICS CodeCode 541330
Classification CodeCode 6910