USALearning Integrator Learning EcoSystem Support Products and Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
General Information
- Contract Opportunity Type: Special Notice (Updated)
- Updated Published Date: May 10, 2022 04:08 pm EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Updated to correct response due date from "Thursday, May 18, 2022" to "Wednesday, May 18, 2022".
USALearning® Integrator Learning EcoSystem Support Products and Services Indefinite Delivery, Indefinite Quantity (IDIQ)
The Office of Personnel Management’s (OPM) intent is to provide a draft solicitation to include the following attachments:
DRAFT 24322622R0008 RFP
DRAFT Attachment 1 Requirement Description
DRAFT Attachment 2 Instructions to Offerors – Basis of Evaluation
DRAFT Attachment 3 FAR Provisions Full Text
DRAFT Attachment 4 FAR Clauses Full Text
DRAFT Attachment 5 OPM Clauses Full Text
DRAFT Attachment 12 Pricing Workbook
Any documents mentioned in the DRAFT Attachments that have not been included in this special announcement will be made available at a time when the finalized solicitation is posted on SAM.gov.
The purpose of this DRAFT release is to obtain comments and questions from industry in preparation for a future finalized solicitation.
COMMENT RESPONSE DUE DATE: Comments to this draft must be submitted utilizing the attached Excel spreadsheet (Draft RFP Comment Response Form) by 2:00 pm (Eastern) Wednesday, May 18, 2022 by email to USALIntegrator@opm.gov.
The Government intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) award contract to provide Integrated Learning EcoSystem Support Products and Services in accordance with (IAW) Attachment Draft Requirement Description.
The ordering period consists of the following:
Base Period: Five years
Optional Ordering Period 1: Five years
Optional Ordering Period 2: Six months, IAW FAR 52.217-8
The North American Industrial Classification System (NAICS) code is 541512 with the corresponding small business size standard of $30.0 million. This acquisition is unrestricted with exception to full and open competition specific to Functional Area 9 Software Licensing & Integration in accordance with FAR 6.302-1(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements – Brand Name. (Reference Attachment JOFOC Brand Name Redacted).
Any amendments to this DRAFT RFP will be posted on this website. Contractors are advised to check the SAM.gov website periodically for any amendments or future announcements regarding this requirement. A finalized RFP is anticipated to be posted to the SAM.gov website under Solicitation No.: 2432262R0008 on or about Monday, June 20, 2022 with proposals due on or about July 20, 2022. Proposal suspense information will be contained in the finalized RFP. A RFP mailing list will not be compiled and documents will not be sent out in paper copy.
IMPORTANT REMINDER: Offerors will be required to have an Active SAM registration at the time of proposal submission and throughout the procurement process. Therefore, any interested vendor, please verify your registration is current and active via the System for Award Management (SAM): https://sam.gov/content/home in accordance with FAR 52.204-7. This includes Offerors organized as a joint venture.
DISCLAIMER: This special notice is for information 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. Any information submitted by the respondents to this announcement is strictly voluntary. The Government will not reimburse for any cost incurred for preparation of responses to this announcement.
Contact Information
Primary Point of Contact
- Carrie Fairbanks
- USALIntegrator@opm.gov
Secondary Point of Contact
- Nathalie Snyder
- USALIntegrator@opm.gov