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
    Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarahignacio@ibc.doi.gov.
    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.
    NAWCAD WOLF Sharable Content Object Reference Model (SCORM) Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking information from industry regarding the provision of Sharable Content Object Reference Model (SCORM) software that is compatible with an existing Rustici Software, Inc. system. The objective is to identify a non-developmental or commercial off-the-shelf SCORM solution that supports SCORM versions 1.2 to 2004 4th edition and xAPI standards, while also being adaptable to future SCORM changes and capable of integrating with any existing Learning Management System (LMS). This procurement is critical for enhancing integrated command and control and intelligence systems, ensuring interoperability and functionality within the Department of Defense's training and educational frameworks. Interested parties must submit their responses, not exceeding ten pages, via email to Lauren Clemmens by September 23, 2024, at 3:00 P.M. EST, and should include detailed technical capabilities, organizational information, and any proprietary data marked accordingly.
    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.
    Coaching and Facilitation Services for USFWS HQ VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide coaching and facilitation services for its Information Resources and Technology Management (IRTM) Division, located in Falls Church, Virginia. The procurement aims to enhance leadership capabilities through personalized one-on-one coaching, group training sessions, and team-building exercises, with a focus on areas such as diversity, equity, inclusion, and effective communication. This initiative is critical for developing the skills necessary for strategic planning and operational effectiveness within the agency. Proposals are due by September 11, 2024, with the contract period commencing on October 1, 2024, and extending through September 30, 2028, including option periods. Interested parties can contact Todd Annes at toddannes@fws.gov or by phone at 413-253-8708 for further information.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    OWF Behavioral Health IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for the OWF Behavioral Health Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing comprehensive mental health services to federal wildland firefighters and dispatchers. The contract will support approximately 18,000 firefighters and nearly 2,000 dispatchers, addressing their unique mental health challenges through services such as psychotherapy, crisis intervention, and 24/7 access to qualified clinicians. With a maximum ceiling value of $30 million, the contract includes a one-year base period followed by four optional renewal periods, spanning from December 2024 to December 2029. Interested offerors should contact Sarah Ignacio at sarahignacio@ibc.doi.gov for further details and must submit their proposals by the specified due date, ensuring compliance with federal regulations and emphasizing small business participation.
    Notice of Intent to Sole Source - Fire Training Simulation Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the maintenance and service of the flame front simulator system to WRG Fire Training Simulation Systems Inc. This procurement is necessary to ensure continued support for a system originally designed and built by WRG for the forestry at Vandenburg Air Force Base, as they are the only reasonable source capable of providing the required services. Interested parties are invited to demonstrate their capability to fulfill this requirement by September 13, 2024, at 14:00 EST, with any responses being evaluated solely for the purpose of determining whether a competitive procurement is warranted. For further inquiries, interested parties may contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.