Learning Management System
General Information
- Contract Opportunity Type: Special Notice (Updated)
- Updated Published Date: Mar 15, 2024 10:14 am PDT
- Original Published Date: Mar 01, 2024 09:57 am PST
- Updated Response Date: Mar 15, 2024 01:00 pm PDT
- Original Response Date: Mar 15, 2024 01:00 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Mar 30, 2024
- Original Inactive Date: Mar 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
- Place of Performance: Edwards , CA 93524USA
Description
The Air Force Test Pilot School Operating Location Edwards Air Force Base, CA intends to solicit and award a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures, to Instructure, Inc., 6330 S 3000 E ste 700, Salt Lake City, UT 84121 USA. The NAICS code is 518210 and its size standard is $40,000,000.
By solely soliciting to Canvas, TPS will be able to provide a LMS that is congruent with the DISA network on which TPS operates allowing TPS to keep Canvas’ processing and data off of TPS computers and networks while being able to access Canvas’ website. This allows loading non-DOD software onto DOD systems thus ensuring cyber security. Additionally, Canvas has demonstrated that it is functional with DISA security safeguards on NIPR and its product is ready for implementation by TPS without tailoring. The lack of required installation of software onto TPS networks or computers is why Infrastructure Inc. is the sole source for this type of LMS. Furthermore, the LMS software must be compatible with the Canvas LMS software that Air University utilizes to maintain consistency between TPS and other Air University schools and for auditing purposes.
Contractors interested in this requirement should submit a technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. In addition, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12.
Anticipated Award Date is mid-late March. Responses must be received no later than (NLT) 1:00 p.m., Pacific Daylight Time, 14 Mar 2024. Responses should be submitted to: jeremy.choi.2@us.af.mil and cole.staron@us.af.mil
This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within 15 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
Attachments/Links
Contact Information
Contracting Office Address
- CP 661 277 5435 5 SOUTH WOLFE AVE BLDG 2800
- EDWARDS AFB , CA 93524-1185
- USA
Primary Point of Contact
- Jeremy Choi
- jeremy.choi.2@us.af.mil
Secondary Point of Contact
- Cole Staron
- cole.staron@us.af.mil
History
- Mar 30, 2024 08:55 pm PDTSpecial Notice (Updated)
- Mar 01, 2024 09:57 am PSTSpecial Notice (Original)