Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
DOCUMENT

R -- 12-57 User Experience Usability Assessment - Attachment

Notice Date
7/30/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0338
 
Response Due
8/6/2012
 
Archive Date
10/5/2012
 
Point of Contact
Michael Raynack
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
Human Factors Office User Experience Program Support Usability Assessments Scope of Work: The Human Factors office (HF) offers services to VHA customers including usability testing and assessments. VHA's Web and Mobile Applications office is charged with development and /or oversight of a large number of mobile applications (apps) targeted for use by Veterans, family Caregivers, and VA clinicians. Applications must undergo a usability assessment before they can be moved to the VA Enterprise App Store (EAS). Additionally, the Human Factors office is developing a mobile app certification program. Once the program is implemented, passing the certification inspection will be a prerequisite for inclusion in the EAS. In order to provide the best possible service to customers, HF intends for the usability services offered to mobile applications to include a design audit. For mobile apps, the design audit will minimally encompass all elements of the certification checklist; for websites and kiosk applications, the design audit will include a review of adherence to appropriate design principles and best practices. Each assessment will result in a single consolidated report. All assessments will include a design audit and a heuristic evaluation; program sponsors may optionally include a heuristic evaluation with participants. Assessments will be structured so that if the app owner implements the report recommendations, they can be assured of passing the HF certification process. Reports will be structured to minimize duplication of findings. Services under this task order will be available for mobile applications, kiosk applications, and websites. Examples of the applications and websites that can be evaluated include pain management, patient self-entered medications, patient inventory (personal goals), and the Office of Research and Development website and mobile app. a) Support for studies shall be provided by the contractor. This support includes responsibilities such as: "setting up applications and technologies for assessment and testing "scheduling test participants if the program sponsor opts to include a participatory heuristic evaluation "ensuring test participants are able to connect to remote testing tools such as (LiveMeeting or Fuze Meeting) b) VA acceptance review of deliverables will be performed within five (5) work days. This sources sought notice is for market research purposes in accordance with the Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. This sources sought notice is a Request for Information (RFI) before the release of any resultant solicitation. This is not a request for a proposal and does not guarantee the release of any solicitation. 3. Performance Period: The period of performance shall be 12 months from date of award 4. Type of Contract: Firm-fixed Price 5. Place of Performance: Usability assessments will be carried out either virtually (using video conferencing software), at a VA Medical Center or Community-based Outpatient Clinic, or at the UX Lab in Nashville, TN. E. REPORTING REQUIREMENTS: PER SOW F. TRAVEL: The need for Contractor travel will be determined on a case-by-case basis depending on program sponsor needs. For estimating purposes, please assume the following: Estimated Locations Approximate # of tripsApproximate # of contract personnel per trip Approximate # of days per trip Nashville, TN423 G. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 15 pages. In response to this Sources Sought, interested contractors shall submit the following information no later than Monday August 6, 2012 by 4:00 PM EST to Michael S. Raynack via email at Michael.Raynack@va.gov. Provide the following information: A.Company Name and Address B.Company point of contact, telephone, and email address. C.Socio-Economic Status - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? D.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. E.Capabilities / Qualifications: Provide a written description of the capabilities/qualifications/skills your company possesses to perform services described in this Sources Sought. F.Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project 2.The Prime Contract Type, Firm Fixed-Price, or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to firm a binding contract. Responders are solely responsible for all expensed associated with responding to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0338/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0338 VA701-12-I-0338.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419863&FileName=VA701-12-I-0338-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419863&FileName=VA701-12-I-0338-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02819716-W 20120801/120730235301-1c118d6c14dde544f3abad427d520d49 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.