WFLMS User Training and Support Services
ID: 140D0425Q0306Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Computer Training (611420)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of the Interior is seeking proposals for User Training and Support Services for the Wildland Fire Learning Management System (WFLMS). The procurement aims to provide comprehensive training and support over a base period of six months, with two optional extensions, to enhance wildland fire education across multiple federal agencies. This initiative is critical for improving the efficiency and effectiveness of training programs related to wildfire management, ensuring that contractors deliver high-quality training materials and support services. Interested parties must submit their quotes by April 11, 2025, and can contact Carla Mosley at cmosley@ibc.doi.gov or (571) 560-1401 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 3:07 PM UTC
The document outlines a Request for Quote (RFQ) issued by the Department of the Interior’s Acquisition Services Directorate for Wildland Fire Learning Management System (WFLMS) User Training and Support Services. The primary objective is to enter a contract for labor hours required to provide user training and support from May 1, 2025, to October 31, 2025, with two optional extensions for further training through 2027. The RFQ specifies that the procurement will be made under the Federal Acquisition Regulation (FAR) guidelines and emphasizes the necessity for small businesses, including women-owned and service-disabled veteran-owned entities, to participate. Key features include detailed requirements for the services, stipulations on safeguarding confidential contractor information, and compliance with federal standards on labor and safety. Payment details are outlined, indicating the necessity for electronic invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform (IPP). The document further clarifies the roles of the Contracting Officer and the authorized representatives, describing the collection and evaluation of contractor past performance to assess future procurements. Through this RFQ, the government aims to ensure effective training and support for fire management in accordance with their operational requirements.
The Department of the Interior (DOI) is issuing a Request for Quote (RFQ) for the Wildland Fire Learning Management System (WFLMS) User Training and Support Services. This contract will be performed under a Labor Hour (LH) basis, with an anticipated performance period of six months from the award date, followed by two optional 12-month periods. The RFQ specifies that the contractor will provide comprehensive training and support as outlined in the Performance Work Statement. Key clauses incorporated include safeguarding procedures for contractor information systems, compliance with various Federal Acquisition Regulation (FAR) requirements, and obligations related to minimum wages, whistleblower protections, and subcontracting with small businesses. The contractor is also responsible for adhering to electronic invoicing through the Invoice Processing Platform (IPP), with detailed invoicing requirements outlined. Additionally, the document emphasizes the importance of maintaining confidentiality for sensitive data and compliance with Section 508 requirements to accommodate individuals with disabilities. The contractor’s personnel must uphold professional conduct, and the government retains the authority to remove any contractor personnel deemed unsuitable. The overall aim is to engage a contractor to facilitate essential training and support within established safety and regulatory frameworks.
Apr 8, 2025, 3:07 PM UTC
The U.S. Department of the Interior's Office of Wildland Fire (OWF) is requesting proposals for user training and support services for the Wildland Fire Learning Management System (WFLMS). This enterprise learning management system supports nationwide wildland fire education and training across multiple agencies. The contractor will provide user training and support for approximately 90 hours per week, using various methods such as webinars, job aids, and personal assistance. Key deliverables include weekly reports on support requests, statistics on usage, and prompt responses to user account inquiries. The contract, which will be based on time and materials, is set for a duration of two years and six months, beginning on May 1, 2025. It includes a base period and two optional periods. The location of the work is flexible, but team meetings will occur at the OWF Boise Office. The initiative aims to enhance the efficiency and effectiveness of wildland fire training, supporting the overarching goals of the DOI's Wildland Fire Management Program.
Apr 8, 2025, 3:07 PM UTC
The document is a pricing template associated with a proposal for WFLMS User Training and Support Services, intended for federal government contracting. It outlines the pricing structure for three contract line item numbers (CLINs) across various periods of performance: a base period (6 months) and two option periods (12 months each). Each CLIN is categorized by the type of task, specifically labor hours, with detailed sections for Customer Service/User Support and Computer-Based Training Specialist/Instructor roles. Included are sections for direct labor hours, the labor category, and total costs, which remain unfilled, indicating that specific pricing is yet to be determined. The template adheres to federal regulations as outlined in FAR guidelines. The overall purpose is to facilitate cost estimation for government agencies when selecting a vendor for training and support services related to WFLMS, ensuring a transparent and accountable bidding process. This pricing structure supports the objective of compliance with federal procurement standards, allowing for effective evaluation of proposals from potential vendors.
Apr 8, 2025, 3:07 PM UTC
The U.S. Department of Labor's Wage and Hour Division has issued Wage Determination No. 2015-5503, Revision No. 24, outlining minimum wage requirements under the Service Contract Act (SCA) for contractors operating in Idaho. The document specifies minimum wage rates applicable from 2025, reflecting adjustments mandated by Executive Orders, with rates set at $17.75 per hour for contracts initiated after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, if renewed after the threshold date. The determination includes a comprehensive list of job classifications and corresponding wage rates, requiring contractors to adhere to these standards and provide fringe benefits such as health and welfare, paid vacation, and holidays. The document emphasizes the need for compliance with these wage determinations across all occupational categories and details a process for contractors to request wage classifications for unlisted job types. Additionally, it outlines protective measures and guidelines for contractor responsibilities regarding employee welfare. Overall, this wage determination is critical for compliance alongside federal procurement processes, affecting how federal and state contracting services operate in Idaho.
Apr 8, 2025, 3:07 PM UTC
The AQD Quality Assurance Surveillance Plan (QASP) Template outlines a framework for monitoring and evaluating contractor performance on federal contracts. It details the purpose of the QASP, which is to systematically assess how the contractor meets contract requirements. The template emphasizes the roles of government personnel, including the Contracting Officer (CO) and the Contracting Officer’s Technical Representative (COTR/COR), in overseeing performance and maintaining impartiality. Additionally, it discusses performance standards and methods of quality assurance surveillance, such as direct observation and user surveys, which help assess whether contractors meet acceptable quality levels. The document advises that the QASP is a "living document" adaptable to the evolving needs of contracts and that ongoing communication with contractors is essential. It also describes procedures for documenting performance, addressing unacceptable performance through a Contract Discrepancy Report (CDR), and the frequency of performance assessments. The intent of the QASP is to provide clarity and consistency in performance evaluation, ensuring that contractor management aligns with federal objectives and compliance. This structured approach aims to enhance accountability and encourages contractors to deliver quality services.
Apr 8, 2025, 3:07 PM UTC
The Department of the Interior (DOI) is seeking quotes for labor hour contracts to provide user training and support services for the Wildland Fire Learning Management System (WFLMS). This Request for Quote (RFQ) outlines a base contract period of six months, with two optional extensions, and emphasizes the importance of safeguarding federal information systems as per established security protocols. The document includes various clauses from the Federal Acquisition Regulation (FAR) and specifies compliance with service contract labor standards, privacy requirements, and other regulatory obligations. Additionally, it mandates that the contractor maintain confidentiality and protect proprietary data, emphasizing the government's ownership of all delivered data and the necessity for proper billing protocols through the Invoice Processing Platform (IPP). The RFQ also details contractor responsibilities, including adherence to standards of conduct, cooperation with other contractors, and securing necessary governmental approvals before disseminating any information related to the contract. This solicitation reflects the government's ongoing commitment to providing effective wildfire training and ensuring compliance with federal regulations.
The document outlines a Request for Quotation (RFQ) for Wildland Fire Learning Management System (WFLMS) user training and support services, managed by the Office of Wildland Fire (OWF) under the U.S. Department of the Interior. The purpose is to enhance the capabilities of the WFLMS, which supports wildland fire education across multiple federal agencies managing vast public lands. The contract, awarded to Moodle US, aims to provide comprehensive user support and training via multiple methods, including webinars, job aids, and one-on-one assistance. The contractor is expected to work approximately 90 hours weekly on an as-needed basis, responding to user requests promptly and submitting weekly reports summarizing activity. The contract will be executed over two years and six months, with a base period and two optional renewal periods. The work location will be within the continental U.S., ensuring efficiency in user support services for the WFLMS. This procurement emphasizes the need for effective training management and improved resource allocation in federal wildland fire education efforts.
The memorandum from the U.S. Department of the Interior outlines mandatory Information Technology (IT) Baseline Compliance Contract Guidelines to ensure effective implementation of information security controls by contractors. It emphasizes the role of contractors in providing IT services while maintaining adherence to security standards, particularly in compliance with the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53. Key stipulations include contractors' responsibilities for recognizing security incidents, compliance with the Privacy Act, and maintaining Controlled Unclassified Information (CUI). The guidelines mandate accessibility standards as per Section 508 for IT products, and thorough regulatory compliance in records management, cybersecurity incident response, and personnel security requirements. The document underscores the necessity of incorporating these guidelines in all DOI contracts involving IT services to safeguard government data integrity, confidentiality, and availability. This framework communicates the DOI's commitment to addressing security, privacy, and accessibility when outsourcing IT services, ultimately supporting compliance with federal mandates and enhancing operational effectiveness.
The document outlines a Request for Quotation (RFQ) related to the provision of training and support services for the Wildland Fire Learning Management System (WFLMS). It includes a series of questions and responses regarding contractor responsibilities, technical approaches, certification requirements, and operational details. Key points include the clarification that a contractor's past performance will not be penalized if absent, the diversity of training methods allowed, and the expectation that contractors meet specific certification standards in Moodle administration. The RFQ stipulates that contractors must demonstrate their capacity to meet the expected workload of 90 hours per week and handle training for potential future expansions without additional cost adjustments. The document specifies that while no integration with third-party tools is required, contractors must maintain high-quality training materials. The government will not provide laptops or clearances for contractor staff currently. As a standalone RFQ, it emphasizes strict adherence to timelines, deliverables, and performance measures, ensuring contractors align their proposals with the stated expectations. The overall purpose is to solicit competitive proposals that fulfill the training and support needs for WFLMS effectively.
The document pertains to a Request for Quotation (RFQ) issued for a labor hour contract focused on training and support services for the Wildland Fire Learning Management System (WFLMS). It details the evaluation criteria, performance work statement (PWS), and administrative information necessary for contractors. Key points include guidelines on past performance evaluation, expectations for user training delivery, and clarification on training materials and certifications required for contractor personnel. Stakeholders are encouraged to propose flexible training formats, such as webinars or live sessions, and must ensure compliance with data security standards. Questions from potential contractors highlight needs for clarity on training requirements, user demands, and integration with existing systems (like ZenDesk). Additionally, the document outlines the expected effort of approximately 90 hours per week during the contract period and notes that contractors will operate under a Time & Material basis. The document reinforces the importance of high-quality training materials and the contractor's role in providing measurable outcomes aligned with agency goals while ensuring that pricing remains competitive. It is a structured solicitation guiding potential bidders to deliver comprehensive technical approaches while addressing various operational and compliance considerations critical to the training and support environment for the WFLMS.
Apr 8, 2025, 3:07 PM UTC
This government document is an amendment to solicitation RFQ 140D0425Q0306, issued by the Acquisition Services Directorate of the Interior Business Center. The amendment aims to address various questions and answers submitted during the solicitation process while making modifications to the solicitation's continuation pages, particularly sections 5.2.1 and 5.2.5. The document stipulates that offers must acknowledge receipt of this amendment before the specified deadline to avoid rejection. The amendment also signals that responses to some queries (specifically #11, #38, and #44) are still pending and will be provided later. The intended period of performance for the contract is from May 1, 2025, to October 31, 2025. Lastly, it outlines the procedural requirements for contractors to acknowledge these changes and emphasizes the unchanged status of all other contract terms and conditions. This amendment is part of the federal government’s ongoing efforts to ensure transparency and clarification in the procurement process.
Apr 8, 2025, 3:07 PM UTC
This document is an amendment to solicitation RFQ 140D0425Q0306, issued by the Acquisition Services Directorate of the Interior Business Center. The primary purpose is to address responses to specific inquiries (Q&A #11, #38, and #44) and extend the deadline for submitting quotes to 04/11/2025 at 11:00 AM EST. The amendment includes updates to the Performance Work Statement and the Place of Performance, with the project expected to run from 05/01/2025 to 10/31/2025. Contractors must acknowledge receipt of the amendment to avoid rejection of their offers, and responses may be submitted via letter or electronically referencing the solicitation number. All terms and conditions from the original solicitation remain effective, except for the specified changes. This amendment exemplifies the federal process of ensuring all stakeholders are informed and aligned regarding the requirements and administrative updates pertinent to the contracting process.
Apr 8, 2025, 3:07 PM UTC
This document outlines a Request for Proposal (RFP) for services associated with the Wildland Fire Learning Management System (WFLMS), specifically targeting User Training and Support Services. The solicitation number is 140D0425Q0306, and it is administered by the Interior Business Center, Acquisition Services Directorate. The effective period for the base contract spans from May 1, 2025, to October 31, 2025, with provisions for two optional periods extending through 2027. The service specification includes labor-hour contracts for professional support categorized under Product/Service Code R499. Offerors are instructed to complete specific blocks on the offer and submit invoices to designated addresses, with payment terms indicated. The document highlights various related provisions, including small business considerations, such as the eligibility for service-disabled veteran-owned, HUBZone, and economically disadvantaged women-owned enterprises. Also noted is the contract's classification under the Defense Priorities and Allocations System. Overall, this RFP serves as an official request by the federal government to seek proposals from qualified offerors for critical training and support services related to wildfire management.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
Region 4/Intermountain Region Prescribed Fire and Support IDIQ
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting offers for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract titled "Region 4/Intermountain Region Prescribed Fire and Support IDIQ," aimed at providing essential services for prescribed fire operations across several National Forests in Region 4, primarily located in Idaho. Contractors are required to deliver a comprehensive range of services, including labor, equipment, and supplies necessary for prescribed burning, fire preparation, and rehabilitation activities, with a total funding ceiling of $7.5 million for the contract period from May 2025 through April 2028. This initiative is critical for enhancing wildfire management and ecosystem restoration efforts, aligning with government priorities for public safety and ecological health. Interested parties should submit their proposals, ensuring compliance with federal requirements, and can contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
U-Deschutes National Forest - Safety Training
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses to provide comprehensive safety training services for employees of the Deschutes National Forest in Bend, Oregon. The training will cover essential emergency response skills, including First Aid, CPR, AED usage, and bee sting/epinephrine administration, all aligned with OSHA guidelines. This initiative is crucial for enhancing workplace safety and emergency preparedness among federal land management personnel. Interested contractors must submit their proposals, including technical capabilities and pricing, by the specified deadline, with the contract structured for a base period until March 31, 2026, and options extending through March 31, 2030. For further inquiries, contact Thomas Lucas at Thomas.Lucas@usda.gov or call 458-245-0361.
Professional Fire Prevention Advertising Campaign
Buyer not available
The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking proposals for a Professional Fire Prevention Advertising Campaign aimed at mitigating human-caused wildfires across gas stations in the Western United States. The campaign, titled “Spark Safety, Not Wildfires,” will involve producing public service announcements for gas pump and in-store advertising, engaging social media content, and placing fire prevention messaging on firewood bundles, with a goal of reaching a minimum viewership of 45 million for video PSAs. This initiative is crucial for enhancing public safety and awareness regarding wildfire risks, with an estimated total award amount of $34.5 million and a contract performance period from June 1 to October 31, 2025. Interested parties must submit their proposals by April 14, 2025, and can direct inquiries to Kelly Houghton at khoughton@blm.gov.
2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive mobile food services during fire suppression and other emergency incidents across various locations in the western United States, ensuring that incident personnel receive nutritious meals and provisions. The selected contractors will be responsible for delivering freshly prepared meals and maintaining compliance with health and safety standards, with a focus on operational readiness in both urban and remote areas. Proposals are due by April 24, 2025, with anticipated awards around June 2025, and interested parties can contact Dana Price at dana.price2@usda.gov for further information.
FUELS REDUCTION, THINNING, AND HAZARD TREE REMOVAL
Buyer not available
The Bureau of Land Management (BLM) is seeking quotes for Hazard Tree Mitigation, Forest Health Thinning, and Fuels Reduction Support Services through Request for Quotation (RFQ) 140L1225Q0011. The procurement aims to enhance forest health and reduce wildfire risks by addressing tree hazards and associated slash treatment in compliance with specified performance work statements. This initiative is crucial for promoting environmentally responsible forestry management practices while ensuring compliance with federal procurement and labor laws. Interested contractors must register on SAM.gov and submit their quotes by May 7, 2025, following a mandatory site visit scheduled for April 21, 2025. For inquiries, contact Karianne Lerum at klerum@blm.gov.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), Forest Service is soliciting quotes for the rental of tent systems to support local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. Contractors are required to provide fully operational tent systems that include features such as insulation, climate control, power generation, and necessary amenities for personnel, with a focus on flexibility and rapid deployment during emergencies. This procurement is critical for ensuring effective incident response capabilities and is expected to result in multiple preseason Incident Blanket Purchase Agreements (I-BPAs) with a total estimated value of $10 million over a five-year period. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Kimberly Luft at kimberly.luft@usda.gov or by phone at 720-467-8317.
U--WHALE AVOIDANCE TRAINING MODULES - Glacier Bay AK
Buyer not available
The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking proposals for the development of Whale Avoidance Training Modules specifically for Glacier Bay, Alaska. The objective is to create educational materials that will instruct mariners on effective techniques to prevent whale strikes, particularly focusing on humpback whales, utilizing advanced simulation technology to enhance training accuracy and safety. This initiative is crucial for preserving whale populations while ensuring safe navigation for large vessels in the region. Interested vendors must submit their proposals by May 7, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads across 150 acres of BLM-managed land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and conservation efforts in the region, ensuring the responsible use of federal lands. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, interested parties can contact Daniel Rosales at drosales@blm.gov.
Lion BullsEye Digital Fire Extinguisher Training System (Brand Name or Equal) - Travis AFB, CA
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of a Lion BullsEye Digital Fire Extinguisher Training System or an equivalent product. This requirement aims to enhance fire safety training protocols by providing a simulated training environment that complies with Joint Commission standards and NFPA Code 101, allowing for safe and effective training without the hazards associated with live burns. Interested vendors, particularly those qualifying as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, including detailed specifications, financial assurances, and compliance with federal regulations. For inquiries, potential offerors can contact SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Vitaliy Kim at vitaliy.kim@us.af.mil.