DEV MODE

Important Dates


Posted Date: 05/13/2025

Response Date: 06/12/2025

Archive Date: 06/27/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


Learning Content Management System (LCMS)

Solicitation Number:

LCMS_2026

Primary NAICS:

541511 - Custom Computer Programming Services

Notice Type:

Special Notice

Location:

Emmitsburg Maryland 21727 USA

Set Aside:

Not Provided

Description


General 

The Federal Emergency Management Agency (FEMA), on behalf of the National Disaster and Emergency Management University (NDEMU), has developed this Request for Information (RFI) to solicit market research information from industry. 

THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the FEMA will contract for the items contained in the RFI.  This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a request for quote is issued, it will be announced on the GSA eBuy, website www.ebuy.gsa.gov, at a later date, and all interested parties must respond to that request for quote announcement separately from any response to this RFI announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. 

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. 

No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. 

The purpose of this RFI is to receive industry comments on the draft Performance Work Statement (PWS) including (but not limited to) technical questions and comments, contract pricing considerations, contract type, and potential award fee incentives for the competitively contracted services for the National Disaster and Emergency Management University (NDEMU), in Emmitsburg, MD. 

The anticipated NAICS code is 541511 - Custom Computer Programming Services. The Small Business Size Standard for this action is $34.0 million. 

Background Information 

Under FEMA Resilience (RSL)/National Preparedness Directorate (NPD), NDEMU’s mission is to support the Department of Homeland Security and FEMA’s goals by improving the competencies of the U.S. officials in Emergency Management at all levels of government to prepare for, protect against, respond to, recover from, and mitigate the potential effects of all types of disasters and emergencies on the American people. 

  • NDEMU is the emergency management community’s flagship training institution, and provides training to State, local, tribal, volunteer, public, and private sector officials to strengthen emergency management core competencies for professional, career-long training. 

  • NDEMU directly supports the implementation of the National Incident Management System (NIMS), the National Response Framework (NRF), the National Disaster Recovery Framework (NDRF), and the National Preparedness Goal (NPG) by conveying necessary knowledge and skills to improve the nation’s capability. 

  • NDEMU trains more than 2 million students annually. Training delivery systems include residential onsite training; offsite delivery in partnership with emergency management training systems, colleges, universities; and technology-based mediums to conduct individual training courses for emergency management personnel across the Nation. 

  • NDEMU is located on the campus of the National Emergency Training Center (NETC), Emmitsburg, Maryland.  

The National Disaster and Emergency Management University (NDEMU) currently utilizes a Learning Content Management System (LCMS) to develop, deliver, and manage specialized training for emergency response providers and emergency managers from the State, local, tribal, and territorial governments; the Federal government, foreign governments, private sector entities and the general public.  

Requested Information 

FEMA is issuing this Request for Information (RFI) to better understand what other LCMS systems are available and support the industry may offer in an effort to improve the management and development of our course curriculum. 

The LCMS features, hosting, and support desired are fully described in the attached draft PWS. 

A few of the key areas for which FEMA would like industry input include: 

  • FedRAMP authorized Software as a Service (SaaS) solutions 

  • Learning Content Management Systems (LCMSs) that allow for the rapid development, reuse, manipulation, revision, and export of learning content to a variety of templates and end products (SCORM, PDF, MS Word, HTML). 

  • Support including installation, configuration, maintenance, consulting, and theme development. 

Capability Information 

Vendors capable of and interested in providing a LCMS, the associated support, and hosting that will be used to manage and develop training to emergency management partners and the general public should review the attached PWS and provide a description of the capabilities mentioned within. Standard brochures and/or paraphrasing of these sections are not considered sufficient to demonstrate the capabilities of an interested party. 

Company Information 

In addition to describing your capabilities as they relate to the PWS, please provide the following company information: 

  1. Brief description of your company. 

  1. Dun & Bradstreet DUNS number. 

  1. Contact information (address, telephone, e-mail, website address). 

  1. Commercial, U.S. government, and international government markets for which your company provides or has provided a LCMS, hosting, and support. 

  1. Business Size (small business, SDB, SVOSB, HUBZone, 8(a), Large, etc.). If 8(a) eligible, please provide current status regarding your scheduled graduation date form the 8(a) program under this NAICS code, 541511. 

  1. GSA Federal Supply Schedule (FSS) or Multiple Award Schedule (MAS) number, GSA HCaTS number, GSA OASIS+ number, GSA 8(a) STARS III number, or any other Federal GWAC number, if applicable. 

Questions 

In your response, please provide answers to the following questions: 

  1. Does your system have the capability of importing pre-existing content from the dominKnow Learning Content Management System (LCMS) for development and revision? 

  1. Are there any other specific types of content that can be imported? 

  1. Can we import metadata associated to learning content? 

  1. Is your software regularly updated with bug fixes and new features? If so, please explain the schedule and provide examples of types of updates between iterations. 

  1. Do you have a bug reporting system and can you provide an average turnaround time for bug fixes? 

  1. Do you have a standard process for feature requests? If so, please provide any detail on this including: frequency that requests are implemented, timeliness, and acceptance process. 

  1. Is the PWS clear, concise, and does it provide sufficient information required to develop and submit a Request for Proposal (RFP)? 

  1. Do you have any comments or concerns related to the PWS? 

  1. Is your system available under your GSA Federal Supply Schedule? 

No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on www.fbo.gov. 

Vendor comments may be incorporated and used to develop the final PWS as well as the solicitation. 

Responders to this RFI will not automatically be notified of any potential request for quote; therefore interested parties should be vigilant in looking for and must respond to the official request for quote announcement if and when it is posted on www.ebuy.gsa.gov. 

RFI Submission 

Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 5MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary submit responses on sequential e-mails. 

All responses to the RFI shall be submitted by email to Donald Hoover, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: donald.hoover@fema.dhs.gov no later than June 12, 2025, 5:00 pm Eastern Time.  No phone calls accepted. 

Contracting Office & Place of Performance: 

Office of Acquisition Management 
16825 South Seton Avenue 
Emmitsburg, Maryland 21727  
United States  

Primary Point of Contact: 

Donald Hoover 

Contract Specialist 

donald.hoover@fema.dhs.gov 

Secondary Point of Contact: 

James Suerdieck, 

Contracting Officer 

james.suerdieck@fema.dhs.gov 

Contact Information


Donald Hoover

Send Email


James D. Suerdieck

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?