D--Moodle Workplace V4.4 Learning Management System
ID: 140D0424Q0852Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Educational Support Services (611710)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of the Interior's Office of Wildland Fire requires a Firm Fixed Priced contract for a Moodle Workplace V4.4 Learning Management System (LMS) supporting up to 200,000 user accounts. The SaaS solution must be capable of handling 80,000 active users annually. This combined synopsis/solicitation is a total small business set-aside, focusing on non-construction services. Contractors must adhere to instructions detailed in the Limitation on Subcontracting Report Template and respond by the extended deadline of 10:00 AM on August 13th, 2024. The contract aims to implement and configure the LMS, rebuild existing programs, and provide staff training, with a question deadline set for July 30th, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a report template for limitations on subcontracting related to RFQ 140D0424Q0852 for the Moodle WorkPlace v4.4 LMS. It requires the contractor to fill out specific fields including order number, contract value, and payments made to both small and other-than-small business subcontractors, noting a total amount paid of $0 for both categories. The template emphasizes the requirement for a 100% total small business set-aside and includes computations for limitation percentages, though calculations currently yield an error due to lack of data.
    This document is an amendment to a solicitation, extending the response due date to August 9, 2024, at 11:00 AM. It outlines a series of questions and responses regarding requirements for Moodle's Workplace system, indicating that Moodle US will need to rebuild current programs and custom reports while also providing guides and training for future needs. All other terms and conditions from the original solicitation remain unchanged.
    This document is an amendment to solicitation number 140D0424Q0852, effective July 25, 2024, that extends the due date for quotes from August 9, 2024, 11:00 AM to August 13, 2024, 10:00 AM. All other terms and conditions remain unchanged. Acknowledgment of this amendment is required prior to the specified deadline.
    The document outlines a sole source justification for the procurement of Moodle Workplace Version 4.4 Application and Platform Hosting Services by the Department of the Interior to maintain the Wildland Fire Learning Management System (WFLMS). It asserts that Moodle US LLC is the only vendor capable of providing the necessary software as a service, due to the unique compatibility and functionalities that meet specific government requirements, thus supporting a 12-month contract of approximately $1.85 million. Market research confirms that no other vendors can deliver the required capabilities, emphasizing the critical need for continuity and the specialized nature of the service.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Training Support Team (J-7)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting proposals for a non-personal services contract to support its Training Support Team (J-7), focusing on e-Learning courseware development and instructional system design (ISD). The contractor will be responsible for delivering comprehensive training support, including the creation and administration of instructional materials, Learning Management System (LMS) operations, and ensuring compliance with Section 508 standards. This initiative is crucial for enhancing the training efficiency and educational offerings of the DHA, ultimately serving over 9.6 million beneficiaries within the military healthcare system. Proposals are due by September 19, 2024, with inquiries accepted until August 8, 2024; interested parties should contact Linda M. Walker or Janet H. Lee via email for further information.
    U--NPS- Intent to Sole Source - FAR Part 13
    Active
    Buyer not available
    The National Park Service (NPS) intends to award a sole-source contract to Mission-Centered Solutions, Inc. for the provision of wildland fire specific facilitation and consulting services, specifically for the development of Emergency Operations Plans through three workshops. These workshops will focus on enhancing emergency preparedness for high-impact wildland fire events, ensuring compliance with federal guidelines and the Incident Command System, while prioritizing the safety of visitors and employees. This procurement reflects the NPS's commitment to disaster readiness and effective incident management amidst increasing wildfire risks. Interested parties may submit their capabilities and interest by September 9, 2024, to Brian McCabe at brianmccabe@nps.gov.
    Program Management School (PMS), Government off-the-shelf (GOTS) Course Delivery - Single Award Blanket Purchase Agreement (BPA)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) to provide delivery services for Government off-the-shelf (GOTS) acquisition training courses over a five-year period starting October 1, 2024. The objective of this procurement is to enhance the skills of the Federal Government’s acquisition workforce by delivering various training programs, including project management and contracting officer representative courses, while ensuring compliance with federal regulations and Section 508 accessibility standards. This initiative is crucial for addressing workforce challenges and improving the efficiency of acquisition strategies within the VA. Interested contractors should submit their quotes and qualifications by the specified deadlines, with the potential for individual orders up to $7.5 million. For further inquiries, contact Tanya Sims-Williams at Tanya.Sims-Williams@va.gov or Lindi Sylvester at Lindi.Sylvester@va.gov.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Structural Burn Refresher Training
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a Structural Burn Refresher Training course aimed at enhancing the operational readiness of fire service personnel. This training will consist of an eight-hour hands-on session focusing on critical firefighting skills, including hose deployment, fire attack techniques, and safety practices in hazardous environments, conducted in compliance with NFPA 1403 standards. The selected contractor will be required to conduct the training six times throughout the year at a facility within 20 miles of the DLA Installation in New Cumberland, Pennsylvania, with proposals due by 11:59 PM EST on September 11, 2024. Interested parties should direct inquiries to Tim Gilligan or Becky Hard via email, and all proposals must adhere to the specified guidelines and pricing commitments.
    Flashover Trainer
    Active
    Dept Of Defense
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Flashover Trainer. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, labor, and supervision to install the trainer on an existing concrete pad, adhering to the specifications outlined in the Statement of Work and salient characteristics documents. This trainer is crucial for enhancing fire training capabilities, ensuring compliance with National Fire Protection Association standards, and supporting effective emergency response training. Interested small businesses must submit their quotes by 1 PM CST on September 13, 2024, and are encouraged to direct any questions to the primary contact, Christopher Mendoza, at christopher.mendoza.17@us.af.mil or by phone at 325-654-5871.
    WILDFIRE ANALYST EVALUATION SOFTWARE - Request for Quote is for Forest Service Natural Resources/ Environment requests Wildfire Analyst software.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Forest Service, is seeking quotations for the Wildfire Analyst (WFA) software, which is crucial for real-time analysis and simulation of wildfire behavior to enhance decision-making during fire incidents. The procurement aims to support initial attack situations by providing critical intelligence for fire suppression and resource allocation, thereby improving wildfire management capabilities across California. Interested vendors must submit their quotes by September 9, 2024, ensuring compliance with federal regulations, including accessibility standards under Section 508, and must direct inquiries to Melissa Paquin-Leon via email. The contract will be awarded to the lowest-priced quote that meets the technical requirements, with a performance period from September 21, 2024, to September 20, 2025.
    Mobile Live Fire Training Structure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for a Mobile Live Fire Training Structure, a custom-designed facility for the Marine Corps Recruit Depot's Fire & Emergency Services. This project is a Historically Underutilized Business Set-Aside procurement. The movable structure is required to be fabricated from ISO freight containers and must include specialized training amenities, adhering to NFPA standards. It is intended for live fire training exercises, high-angle rescues, and confined space training. Funding for this project is estimated at $500,000 to $1 million, and the successful contractor will be determined by a combination of factors including price, technical expertise, and past performance. Offers must be submitted by the deadline, with delivery and assembly scheduled for 6-9 months after the contract is awarded.
    FEMA LOG Incident Support - Mobile Logistics Office Unit Trailers
    Active
    Homeland Security, Department Of
    FEMA Logistics Incident Support The Federal Emergency Management Agency (FEMA) is seeking rugged, fifth-wheel trailers customized to function as offices, known as Mobile Logistics Office Units (MLOUs), to support its Logistics Operations Division. This notice is a presolicitation to allow contractors to prepare for the upcoming solicitation, anticipated to be released around August 5, 2024. This procurement is a total small business set-aside, with a NAICS code of 336212 and a size standard of 1,000 employees. The agency plans to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for five consecutive years. FEMA requires the delivery of customized trailers that can function as mobile offices. The awardee will manufacture the units in their U.S.-based facility and deliver them to FEMA's Distribution Center in Fort Worth, TX. A prototype will undergo a first article inspection before any production begins. The solicitation will employ a best value trade-off approach, with technical factors weighted more heavily than price. FEMA will use a two-step advisory process to streamline the selection, favoring offerors who have the highest technical merit and lowest risk. Interested parties should prepare their applications accordingly, as the solicitation period may be shorter than the standard 30 days. No proposals are due at this time, and contractors should be aware that the government will not reimburse any costs incurred in preparing responses to this presolicitation notice. For clarification or further information, contractors can contact the primary point of reference listed as: r7-ordering@fema.dhs.gov 202-880-7322 This summary provides an overview of the upcoming opportunity for potential applicants, enabling them to assess their interest and capacity to respond to the formal solicitation when it is issued.
    Type 7 Slip-On Pump Units
    Active
    Agriculture, Department Of
    The USDA Forest Service is soliciting proposals for the procurement of 16 Type 7 Slip-On Pump Units, aimed at enhancing wildfire response capabilities in Regions 4 and 5. These self-contained firefighting systems must include features such as a water tank, an auxiliary engine-driven pump, a fuel cell, hose reel, and control panel, with specific configurations required for the units, including various tank sizes and foam proportioning options. The procurement is critical for improving firefighting resources and ensuring compliance with federal standards, with a delivery deadline set for September 30, 2025. Interested vendors must submit their proposals by September 12, 2024, and direct any inquiries to Sonya Jones at sonya.jones@usda.gov.