Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
DOCUMENT

R -- SPEAKER COACH AND 508 COMPLIANCE FOR POWER POINT PRESENTATION REQUEST FOR INFORMATION-SOURCES SOUGHT - Attachment

Notice Date
1/30/2014
 
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
VA70114I0095
 
Response Due
2/14/2014
 
Archive Date
5/24/2014
 
Point of Contact
MERRIE FROST
 
Small Business Set-Aside
Total Small Business
 
Description
E-Mail: Correspond directly with the Contracting Officer, Kaylan Grove at Kaylan.grove@va.gov and provide a copy to the Contract Specialist Merrie Frost at merrie.frost@va.gov. Questions submitted by any other method will not be accepted or answered. Please ensure that your e-mail response contains "RFI #VA701-14-I-0095" in the subject line. Issued By: This Request for Information (RFI) is being issued by the Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) for the Office of Informatics and Analytics (OIA) Office of Analytics and Business Intelligence (OABI). RFI Purpose: This RFI is a market survey for written responses with information to help identify potential sources that are interested in and capable of performing the work described herein and as described in the draft Government Performance Work Statement (PWS). The Government is seeking to obtain industry comments and questions regarding a planned solicitation for the Veterans Health Administration (VHA) OIA Speaker Coach and 508 Compliance for the PowerPoint Presentation. This RFI requests responses from all qualified small businesses. Submission Information: All potential sources with the capability to provide the requirements referenced in this RFI and in the draft PWS are invited to submit, in writing, sufficient information within the page limitation (listed in this section). This information must demonstrate the responder's ability to fulfill the requirements and be responsive to the technical questions in this RFI, as indicated below. Questions Due: All general questions will be in electronic format and emailed to the contracting office. All questions must be received no later than Friday, February 7, 2013, 8:00AM, Eastern Time to the Contracting Officer, Kaylan Grove at kaylan.grove@va.gov with a copy to the Contract Specialist Merrie Frost at merrie.frost@va.gov. Questions received after this date will not be addressed. The Government intends to respond to all questions for which an answer is available, however, the Government may not respond to all questions submitted. Responses to vendor questions will be posted on the Federal Business Opportunity page as an amendment to this RFI. Responses Due: All responses will be electronic format, and emailed to the Contracting Officer and the Contract Specialist. All responses must be received no later than Friday, February 14, 2014 8:00 AM Eastern Time. Submission Format: Submissions must be in Microsoft Word. The typed font for your response to this RFI must be no smaller than Times New Roman 12 point font. Submission Contents: Your submission, with a page limit of no more than 10 pages, must contain: Cover Cover Letter (optional) Section 1 - General Response to Government Requirements Section 2 - Comments to the Draft PWS Section 3 - Vendor Responses to Questions Responses to this RFI must address the following requirements: A cover sheet which includes: RFI Title Vendor Company Name Address Name of Point of Contact E-Mail Address Phone Number Vendor DUNS Number Business Size List of all North American Industry Classification System (NAICS) codes as identified in the vendor's Online Representations and Certifications Applications (ORCA) If applicable, vendor's GSA or other available Government-wide contract vehicle that is within the scope of this requirement General responses to Government's requirements. Comments related to the Draft PWS or edited within the attached PWS using track changes. Additional Information: This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. An electronic acknowledgement of the Vendor's RFI response submission will be provided. If you do not receive an acknowledgement within one work day, please notify the acquisition point of contacts listed in this RFI to ensure successful delivery. Post RFI Plan: The Government intends on issuing a competitive solicitation as a result of this RFI. It is the intent of the Department to issue a non-restrictive technical requirement to maximize competition and seek the best value to the Government and the taxpayer. The acquisition strategy, evaluation methodology, contract type, and other acquisition decisions are to be determined. Performance Work Statement: BACKGROUND The U.S. Department of Veterans Affairs (VA) and the Veterans Health Administration (VHA) Office of Informatics and Analytics (OIA) initiated the development and launch of a unique, engaging and immersive web based learning community titled My VA eHealth University (MyVeHU) Campus (MVC). Launched in March of 2011, MVC serves to introduce and guide VA and VHA staff thru the many online resources available from past VA eHealth University (VeHU) F2F conferences and provides an engaging, educational and accessible online learning resource. VeHU is VHA's annual training conference that provides education on the Computerized Patient Record System (CPRS) and related clinical software (VistA) developed by VHA. Every year, VeHU highlights innovations towards patient care through training classes on VHA's clinical informatics products. VHA OIA has recognized the need for alternative means to traditional face-to-face (F2F) forums, meetings, and conferences. VHA OIA has an on-going obligation to continue providing educational resources to our VHA Staff and clinical trainees and is focused on delivering alternative technologies such as the increased use of immersive on-line education virtual environments and webcasting. The following contracting initiative shall provide VHA OIA and the MyVeHU Campus learning community with the necessary 508 compliance and speaker management resources to expand its reach and deliver live, interactive and on-demand training and education to larger audiences in near real time and at a greatly reduced cost. MyVeHU Campus membership is currently at over 20,000 and will continue to grow in membership and value as our streaming initiatives expand. PERFORMANCE DETAILS PERFORMANCE PERIOD 6 month period of performance. Broadcast dates will be finalized at time of contract award. TYPE OF ORDER Firm Fixed Price PLACE OF PERFORMANCE Tasks under this PWS shall be performed at Contractor facilities and broadcast site for virtual sessions. Broadcast site tentatively scheduled for Winter Garden, FL. TRAVEL Travel and per diem expenses will be reimbursed on an actual expenditures basis in accordance with Federal Travel Regulations and FAR 31.205-46. An estimation of travel requirements is listed below for the six (6) month period of performance. Travel estimate for the 6-month performance period: Estimated LocationsEstimated # of trips Estimated # of contractor personnel per tripEstimated # of days per trip Winter Garden, FL313 Scope of Work Contractor shall provide speaker coaching and 508 compliance support services as indicated below in support of a series of virtual training sessions for up to 500 attendees each. There will be one pre-event rehearsal day and one live virtual broadcast day to support each series of three, non-concurrent, 90 minute streaming sessions. These sessions will be held over a three month period for a total of (9) 90 minute sessions. Each month will include one live virtual broadcast day consisting of (3) 90 minute non-concurrent sessions per broadcast day. Contractor's speaker management support shall include an orientation call to faculty explaining the virtual environment features and possible engagement strategy, conference calls with speakers to generate and practice the presentation, assisting with converting presentations to a more visual approach, and travel to virtual broadcast vendor location to provide engaging coaching during virtual events. Contractor's 508 compliance support shall consist of ensuring each of the (9) virtual presentations is 508 compliant within 48 hours after receipt of presentation from the VA. Preliminary Virtual Conference Schedule: Month One: Tuesday Dress rehearsal Wednesday Virtual Broadcast - (6 hours) for three non-concurrent 90 minute sessions Wednesday PM Hotwash Meeting Post All Sessions to MVC for On Demand access within 5 business days Month Two: Tuesday Dress rehearsal Wednesday Virtual Broadcast - (6 hours) for three non-concurrent 90 minute sessions Wednesday PM Hotwash Meeting Post All Sessions to MVC for On Demand access within 5 business days Month Three: Tuesday Dress rehearsal Wednesday Virtual Broadcast - (6 hours) for three non-concurrent 90 minute sessions Wednesday PM Hotwash Meeting Post All Sessions to MVC for On Demand access within 5 business days Speaker Coaching Tasks Contractor shall provide for the following speaker coach support services for (9) ninety minute virtual broadcast sessions: Orientation Call with Faculty Contractor shall conduct (1) one hour orientation call with the faculty designated by the VA for each of the (9) virtual broadcast sessions. During this call, Contractor shall explain the virtual environment features to the faculty and discuss possible strategies for engaging the audience in a virtual learning environment. Deliverable 3.1.0 - (9) orientation conference calls / meetings to explain virtual environment features and discuss engagement strategies. Contractor shall provide post conference call meeting notes. Due Date: Calls to occur 4 weeks before each virtual session broadcast date. Specific dates of virtual broadcasts will be determined at time of contract award. Speaker Presentation Development and Practice Contractor shall work with the VA's speaker faculty to generate and practice presentations for each of the (9) virtual sessions. Contractor shall plan on up to five (90) minute conference calls to develop and practice each presentation prior to virtual broadcast dates. Contractor shall assist faculty in making presentations more engaging and appealing within a virtual learning environment. Deliverable 3.1.1 -Contractor shall begin working with VA's speaker faculty on the presentations immediately following the orientation calls. Final presentations due five days prior to each virtual broadcast date. Specific dates of virtual broadcasts will be determined at time of contract award. Onsite Speaker Management and Coaching Contractor shall travel to VA's broadcast location and provide engaging speaker coaching during the virtual broadcasts. This will include one day of rehearsal and one broadcast day for (3) 90 minute virtual sessions on (3) separate virtual broadcast days. Anticipated broadcast location is Winter Garden, FL. Deliverable 3.1.2 - Onsite speaker management and coaching at virtual broadcast location. Due Date: Contractor will be required to travel to virtual broadcast site, currently scheduled to be Winter Garden, FL. Specific dates of virtual broadcasts will be determined at time of contract award. 508 Compliance Support Tasks Contractor shall provide for 508 compliance support services for the (9) presentations for the virtual broadcasts. 508 Compliance of Powerpoint presentations Contractor shall make (9) Powerpoint presentations compliant with 508 regulations within 48 hours after being provided with each Powerpoint presentation. Each presentation will be comprised of 60-90 slides. VA will supply the contractor with the date that the Contractor shall receive the presentation files so that the Contractor can schedule work accordingly. Deliverable 3.2.0 - (9) completed 508 compliant Powerpoint presentations. Due Date: Presentations must be deemed 508 compliant within 2 business days of VA providing contractor with presentation files. CONTRACTOR AWARD MEETING The Contracting Officer's Representative (COR) shall initiate a "kick-off" meeting with the Acquisition team within 5 days after award to discuss project objectives, scope of work, expectations, and to review project deadlines and deliverable schedules. The contractor shall commence work only when the COR has conducted this "kick-off" meeting with both the contractor and the OIA Training Strategy Team. This meeting will prove beneficial to the success of the project. Various aspects of the work details will be discussed so there is a consistent understanding among all parties. METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, CAD 2002, and Adobe Postscript Data Format (PDF). PERFORMANCE METRICS: The contractor supporting the project will be required to establish a quality control plan specifying standards for both performance and quality so the government can easily conduct surveillance of the contractor's performance to ensure products delivered achieve the standard or mitigation plans are put into place early to avoid drastic measures later in the contract period. The following table provides standards, measures, and acceptable levels of performance which will be associated to each task and surveyed by use of the government's Quality Assurance and Surveillance Plan (QASP). Performance ObjectivePerformance StandardAcceptable Quality LevelsSurveillance Method Technical NeedsEfficient and effective in meeting requirements Meets technical needs and mission requirements Offers quality services/products100%100% Inspection ScheduleQuick response capability Products completed, reviewed, delivered in timely manner100%Periodic Inspection 3. Project StaffingPersonnel maintain the qualifications that the contractor specified in the response and in compliance with the GSA FSS labor rate(s).100%Random Monitoring 4. Value AddedProvided completed service/project to Government Services/products delivered were approved for acceptance by the customer100%100% Inspection To facilitate surveillance and satisfy the government that best value is being achieved through measured performance, the contractor will submit monthly performance data as part of its monthly progress report, indicating compliance to the performance measures and providing trends over time as well as explaining any deviance from acceptable levels of performance. Successful execution of the tasks, within this contract, will result in the following: More engaging and enriching presentations to be broadcast in a virtual learning environment. 508 compliant presentations for each of the virtual broadcasts. The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract/order to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the QASP at its own discretion. A Performance Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels. ADDENDUM A VA Enterprise Architecture Compliance The applications, supplies, and services furnished under this contract must comply with One-VA Enterprise Architecture (EA), available at http://www.ea.oit.va.gov/index.asp in force at the time of issuance of this contract, including the Program Management Plan and VA's rules, standards, and guidelines in the Technical Reference Model/Standards Profile (TRMSP). The VA reserves the right to assess contract deliverables for EA compliance prior to acceptance. Notice of the Federal Accessibility Law Affecting All Electronic and Information Technology Procurements (Section 508) On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed are published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70114I0095/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-14-I-0095 SPEAKER COACH RFI.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1183651&FileName=VA701-14-I-0095-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1183651&FileName=VA701-14-I-0095-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03278188-W 20140201/140130235419-630c5b71d6eee5eeb2687f4ac635b9cb (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.