Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2017 FBO #5672
DOCUMENT

U -- Training Design & Development Services - Attachment

Notice Date
6/2/2017
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17N0244
 
Response Due
6/15/2017
 
Archive Date
7/15/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) - SOURCES SOUGHT INTRODUCTION THIS IS NOT A SOLICITATION. The Department of Veterans Affairs (VA) is issuing this Request for Information (Source Sought). This RFI is issued solely for information and planning purposes only and does not constitute a solicitation; therefore, do not submit a quote. There is no obligation for the Government to acquire any products or services described in this RFI. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs (VA), Veterans Benefits Administration (VBA) in developing its acquisition strategy and to revise the Statement of Work (SOW). Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Only electronic responses to this RFI will be accepted. The Government will not pay for any time expended or information submitted in response to this RFI. Eligibility in participating in a future acquisition does not depend upon a response to this notice. BACKGROUND This contract is a continuation of VBA s existing training support for all Services, designed to provide training and performance support to VBA employees on critical job tasks. NAICS: 611430 Professional and Management Development Training QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS Responses are solely treated as information for the Government to consider. Direct or Indirect costs incurred in response to this RFI are at the expense of the vendor, not the Government. In accordance with the Federal Acquisition Regulations, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that may be awarded will not be based on information received or derived from this RFI, but rather on the outcome of a subsequent competitive process. It is requested that all vendors interested in participating in this effort note their interest by responding to the areas identified in the Company Details", and "Capabilities Statement sections below. COMPANY DETAILS The page limit for responses to this section is two pages. Provide company point(s) of contact information (name, email address, address, telephone, and fax numbers). Identify if your company are any of the following business concern statuses (include all that apply): Small Business (SB); Certified Small Business Administration (SBA) 8(a) firm; Small Disadvantaged Business (SDB); Service-Disabled, Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business (VOSB); Economically Disadvantage Women-Owned Small Business (EDWOSB); Woman-Owned Small Business (WOSB); Historically Underutilized Business Zone (HubZone) Small Business; Large Business Provide contracting vehicles your company holds, such as GSA schedules. CAPABILITIES STATEMENT The page limit for responses to this section is six pages. Provide an overview of your firm s capabilities to fulfill the requirements of the SOW, to include organizational and staff capability and experience. Provide a brief narrative summary of your technical approach to meet VA s high-level requirements in the attached draft SOW. Provide an example displaying your understanding of the Instructional Systems Development process, and how you utilized that process to develop both technical and professional development type training, for both face to face, and web based platforms. Describe your experience in developing Programs of Instruction that support proficiency attainment throughout an employee's career progression (i.e., novice, intermediate, and journey). Provide up to three (3) contracts that your company has performed for the same or similar requirement and of comparable size, complexity and scope. Describe scope and similarities and differences as pertinent.   Identify techniques that were part of your solution, for the creation, update and development of technical training curriculum. Please be specific and provide a complete reference to include: contract number, contract title, description, period of performance, and award amount; as well as identify whether you performed as a prime contractor, sub-contractor, teaming partner, or as a project manager.       RESPONSE SUBMISSION Please submit responses via email to ross.byrne@va.gov on 15 June 2017, 3:00 p.m. (ET). VA reserves the right to not reply to any emails, responses, and/or materials submitted. **DRAFT** STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Veterans Benefits Administration (VBA) Training Design and Development. 2. Scope of Work: The Contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The scope of this task order is to create, update or implement, via all phases of the Instructional Systems Development process, VBA products including, New Training Design and Development (Professional Development, Technical or Leadership Training), Competency Based Training System (CBTS), Programs of Instruction (POI), Job and Task Analysis (JTA), Competency-based Diagnostic Assessments, Quality, Consistency and Training System, Instructor-led Web-based Training support, assessment support, and Life Cycle Maintenance (LCM) in which updates and changes will be made to ensure accuracy and currency of training products. The scope of work includes working with Government personnel, Subject Matter Experts, and other contractors. 3. Background: This contract is a continuation of VBA s existing training support for all Services, designed to provide training and performance support to VBA employees on critical job tasks. 4. Performance Period: The period of performance is 12 months from date of award, with four option years. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: To Be Determined 6. Place of Performance: The primary place of performance shall be at the contractor s facility. A limited amount of performance shall be at the VBA s Training Management and Performance Improvement Division (TMPI) in Orlando, Florida. There is a requirement to have certain principle work activities, to include both management and production of training-related requirements, to be conducted in these specific areas. Specifically co-located at TMPI Orlando office requirements are (1) Senior Instructional Systems Designer, and (1) Performance Support Manager. Coordination will be made concerning personnel to be co-located at the Orlando facility at the Kick-off meeting, and is contingent on space availability. It is permissible to have the remainder of required personnel to complete activities remotely if a robust management structure and communications plan is established that utilizes technology (i.e. Video Teleconferencing, email, Microsoft Lync) to ensure transparent management of all efforts supporting Training and Development and coordination of support personnel to this effort. Personnel needed for this effort that may work remotely at the contractor facility once sufficient management structure is established is: (1) Program Manager (2) Project Managers / Senior Instructional Systems Designers (2) Intermediate Instructional Systems Designer (2) Junior Instructional Systems Designer (1) Psychometrician (1) Senior Human Performance Technologist (1) Intermediate Human Performance Technologist (2) Graphic Designer II B. CONTRACT AWARD MEETING The Contractor shall not commence performance on the tasks in this SOW until the CO has conducted a post award conference or has advised the Contractor that a post award conference is waived. C. GENERAL REQUIREMENTS 1. The Contractor shall provide a detailed Project Management Plan (PMP) with their quote and shall update that plan as required throughout the contract period of performance. The PMP will address only the work specific to this contract. It shall define the roles and responsibilities of Contractor s program and project managers. The Contractor shall document their Standard Operating Procedures (SOP) for completion of the specific tasks in this SOW. The VBA Project team should be briefed on the PMP which provides the Contractors detailed plan for completing the required deliverables. The Contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the contract as defined in the quote. An updated PMP and SOP are due within 30 days after contract award effective date. 2. For every task, the Contractor shall identify in writing all necessary subtasks, associated costs by task, and together with associated sub-milestone dates. The Contractor's subtask structure shall be reflected in the proposal and detailed project management plan (PMP). 3. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. 4. Where a written milestone deliverable is required in draft form, the VBA will complete their review of the draft deliverable within 15 calendar days from date of receipt. The Contractor shall have 10 calendar days to deliver the final deliverable from date of receipt of the Government s comments. 5. All Contractor personnel who will have access to veterans claims information, for purposes such as; needs assessment, job/task analysis and/or developing case-based test and practice exercises and other such tasks, shall be required to complete a background investigation and sign a confidentiality statement agreeing to protect the veterans data and privacy. The VBA Contracting officer s Representative (COR) will provide the Contractor a copy of the required confidentiality statement. 6. All deliverables, except where specified otherwise, shall be provided in one electronic copy to the COR. All deliverables shall be delivered via software compatible (type and version) with that used by the VBA and shall become the sole property of the VBA upon creation. 7. The Contractor shall not deliver to the VBA any proprietary products or information, software, tools or systems. Company financial information provided in invoices and other documents are exempted from this requirement. If the contractor believes further exemption is required to this requirement as necessary for effective or efficient execution of this task order, the contractor shall request a specific exception in writing to the COR and shall not provide the proprietary tools or information until written approval is received from the Contracting Officer (CO). 8. The Contractor shall perform all work in compliance with their SOPs for application of Government and industry best practices for Instructional Design. The Contractor shall maintain compliance and conformance with Section 508 of the Rehabilitation Act Amendments of 1998, which requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they shall ensure that the electronic and information technology 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 Federal employees who are not individuals with disabilities. Section 508 compliance with VA standards is mandatory and contractor will meet the most recently updated requirement specifications to comply (effective as of 18 January 2017), conformance to VA TMS templates and the associated standards; to include current SCORM (SCORM v1.2, 2004 edition) standards is mandatory. The Contractor shall ensure newly created content is compliant with Section 508, and SCORM standards at creation. The Contractor shall execute any changes required to ensure compliance and/or conformance by modifying any aspect of each curriculum and course that would prevent continued use of the materials is remedied as required for 508 compliance and conformance continuously as a part of the normal scheduled Life Cycle Maintenance (LCM) cycle. The Contractor shall make modifications and corrections, as required, based on the results of training, participant testing and assessment, SME and participant feedback for critical updates outside the normal LCM cycle, the contractor will perform immediate LCM support as directed. The Contractor shall make corrections and modifications which include content changes necessary to incorporate regulatory functions, by introduction and revision of policy, standards, procedures, law, professional certification, or by guidance to meet organizational needs through both LCM and On-Demand LCM. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The Contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW, although the components may be added or subtracted at any time by VBA in order to reflect the results of needs assessment and learning analysis and to meet changes in VBA training requirements. The contractor shall identify all assumptions as to scope of required activities and number and type of components along with their technical approach. Task 1.0 Training Design and Development: The contractor shall provide expertise and support personnel to perform activities to include all phases within the Instructional Systems Design methodology. This task includes all the ISD support activities necessary to design, develop, create new training materials as well as sustain, update, and reconfigure training materials and products across the VBA organization supporting a vast stakeholder population which the Office of Employee Development and Training (ED&T) provides direct support. The Contractor shall develop instructional materials for a variety of delivery modalities to include but not limited to Face-to-Face Instructor Led, Blended synchronous and asynchronous Web based training, Virtual Instructor Led Training, and performance support deliveries. As new technologies are made available (i.e. Mobile applications, Adobe Prime, Blackboard) the contractor shall update, revise, and create new and existing training to be compatible with these new technologies. The Contractor shall develop instructional materials which enhance VBA trainee s mastery of the knowledge and skills for a given task and may include (but not limited to) interactive computer-based training, lesson plans, instructor guides, facilitator guides, participant guides, job aids and performance support tools, which support all aforementioned modalities of delivery. During the design process, the contractor will coordinate all design and development of materials with the assigned ED&T Project Manager, who will serve as the primary Point of Contact (PPOC), for development initiatives, and the lead for coordination between the contractor, members of the VBA target audience, VBA Subject Matter Experts (SME) to ensure full understanding of the training requirements, learning approaches, instructional materials, job task analysis (JTA), learning analysis, test items, summative and formative evaluation meet the intended requirements. Pilot programs shall be conducted during initial delivery, to provide verification of the content with SME s and validation of the courseware with target audience members. The Contractor shall ensure that curriculum design appropriately addresses the associated modification, design, development, and delivery of basic and advanced training programs. In order to meet the specialized training needs of the VBA s vast training audience the Contractor must be well versed in the follow training areas in order to gain a full understanding of the VBA target audience and the various training categories within VA, VBA, and ED&T authority. These areas consist of but are not limited to Professional Development, Technical and Leadership-related training as well as Senior Leadership emerging priorities. Professional Development: The process of improving and increasing capabilities of staff through access to education and training opportunities in the workplace, through outside organization. Professional development helps build and maintain morale of staff members, and is thought to attract higher quality staff to an organization. The Contractor shall become familiar with all professional development related training programs, initiatives, and products within ED&T authority. Technical training: The Contractor shall read Attachment B to gain a basic understanding of VBA Services (ED&T primary stakeholders) Program Initiatives supporting technical training requirements and provide contractor support in key critical positions in order to maintain and support these initiatives. As well, t Leadership Development: The Contractor shall read Attachment C to gain a basic understanding of VBA Leadership programs and their associated curricula within ED&T authority and provide contract support in key critical positions to maintain and support these programs. Emergent Priorities: The Contractor must be able to adapt to accommodate rapid change and implementation efforts of Senior Leadership that require new training design and development efforts for the VBA workforce. These emerging requirements cannot be easily planned for and will require close coordination with the aforementioned ED&T Project Manager, target audience and SME to determine the appropriate training modality and instructional strategies to be used to support our priorities and initiatives. Deliverable 1.0: Training Design and Development Support Package. Task 2.0 Competency Based Training System (CBTS) Support: The VBA Competency Based Training System (CBTS) is a process driven system designed to provide the tools required for the organization-wide creation, implementation, evaluation, and Life Cycle Maintenance (LCM) of an employee development architecture that is competency driven and employee focused. CBTS contains an organized and structured group of related processes that include the establishment and modification of competencies, the assignment of competencies to positions, the recording of competencies earned by personnel, the collection and organization of competency data and information, including its display, data compilation, and use of the competency information in personnel management decisions. The Contractor shall work with the VBA Project Manager, target audience, and SME to aide in the development of organizational requirements for employee competencies and proficiencies, training and performance support, standards-based assessments, training plans, remediation, assessment and evaluation. For estimation purposes assume design and development support for two critical positions during the period of performance. Deliverable 2.0: Competency Based Training System (CBTS) Support Package. Task 3.0 Programs of Instruction (POI): The contractor shall deliver a Program of Instruction support package. A Programs of Instruction is a list of the courses that support proficiency attainment throughout an employee's career progression (i.e., novice, intermediate, and journey) within VBA for specific job position. POIs ensure a consistent, ordered course of instruction to be completed by every member of the workforce employed in a specific position. The POI is used to: Identify existing training related to a job position or topic that may be used or revised to address a training issue Assist with Training Situation Analysis Determine where an existing and new training fits into an employee s overall course of training (sequencing) Ensure a logical progression of skill and knowledge attainment Identify overlaps or gaps in an existing training program The contractor shall analyze training offerings against performance criteria and proficiency level and identify content gaps and redundancies. The contractor will recommend courses for removal, revision, or addition to address content gaps and eliminate redundancies, and sequence remaining courses in accordance to pre-requisite information, performance criteria and desired proficiency level. The contractor shall assist in identifying strategies and recommending technologies to enable maturity and the ability to evolve the VBA to adopt a Digital Badging and Credentialing program used to both promote employee learning and aid VBA in managing the skills and competencies of its workforce for members holding critical positions. Deliverable 3.0: Program of Instruction Support package Task 4.0 Job and Task Analysis The Contractor shall deliver a Job and Task Analysis Support package. The Contractor will conduct and deliver results for Job and Task Analyses (JTA) for VBA critical positions in accordance with the guidance and requirements outlined below and VBAs applicable Standard Operating Procedure(s) (SOP). The contractor will develop and deliver competency model(s) in accordance with the procedures outlined in VA's Guide to Developing, Validating, and Implementing Occupation Specific/Technical Competencies. VBA has initial and recurring requirements for job and task analysis which include but are not limited to the following activities: Constructing and verifying accurate and valid Job Descriptions Define valid and defensible position duties and responsibilities Define necessary knowledge, skills and abilities (KSA s), required for competent job performance Determine valid entry level job requirements Determine job related medical and physical requirements Support testing and other employment related issues (such as basic work requirements) Develop and validate training curricula The Contractor shall transfer all analysis data and products created to VBA's Electronic Job Task Analysis (eJTA) tool and link data to associated training data in VBA's CoreVet database. For the purposes of estimating assume training development for two critical positions, with approximately eight duties and 32 tasks per position. Deliverable 4.0: Job and Task Analysis support Task 5.0 Competency-based Diagnostic Assessment: The Contractor shall deliver a Competency-Based Diagnostic Assessment Package. VBA has created a Competency-Based Training System (CBTS) that uses a variety of assessments to test a learner s acquisition of job related tasks and processes. The Diagnostic Assessment is a tool designed to help VBA employees determine their individual developmental needs, utilizing the feedback from these assessments to construct tailored remedial instruction that focuses on identified proficiency gaps. VBA diagnostic assessments consist of a series of small tests, or testlets, that align with the competencies, KSAs, training, skills certification, and career roadmaps. Each assessment is position-specific, requires minimal completion time, and adapts to the proficiency of the test-taker. The Contractor shall utilize industry-standard assessment development methods to ensure all assessments effectively measure desired performance outcomes. The Contractor shall transfer all data and products created into the VBA Test Generator System. The Contractor must develop a test bank large enough to allow for a minimum of three versions of each assessment. The Contractor shall deliver employee performance reports associated with each diagnostic assessment. For the purposes of estimating assume Contractor will design, develop and deliver at a minimum three (3) diagnostic assessments in accordance VBAs Competency-based Training System (CBTS) Standard Operating Procedure (SOP) Vol 5 and VBA s Diagnostic Assessment SOP. Deliverable 5.0: Competency-based Diagnostic Assessment support Task 6.0: Quality, Consistency and Training System: The contractor shall deliver a Quality, Consistency and Training System Package to include development, administration, and a final report. Each Quality, Consistency and Training System Package will consist of four components: A pre-test; discrete targeted training; a post-test; and a participant feedback survey (level 1 survey). Consistency Studies address Compensation Service s claim processing errors identified during quality reviews. The Consistency Studies ensure case processors across all regional offices are working cases consistently and correctly and focus on discrete areas of performance. Once completed, the study package retains its value as part of Compensations Service s training resources. It then can be used by leaders at the local level to provide targeted refresher training as needed. This task includes, but is not limited to, supporting monthly and quarterly on-line consistency studies and remedial training for- Rating Veterans Services Representatives (RVSRs), Veterans Services Representatives (VSRs), Authorized Quality Review Specialist (AQRSs), Rating Quality Review Specialist (RQRSs), and Coaches or other designated positions, tracking and production of interim reports, as well as system support as needed. All Subject Matter Expert (SME) support will be provided by the Government. For the purposes of estimating assume 24 one-hour studies will be required, with extensive front end analysis to link to quality errors, reliability and validity, pre-test, post-test, performance-based structure to include job tasks, and update and re-release for each study. Deliverable 6.0: Quality, Consistency and Training System package Task 7.0: Life Cycle Maintenance (LCM): The Contractor shall deliver an LCM Support Package. The Contractor shall provide support to an enterprise LCM system that includes processes necessary to maintain the accuracy and currency of training and performance support materials. Current training products require continual content update due to evaluations of effectiveness, relevance, changes in law and regulation, judicial decisions, process updates, systems update, procedural updates and changes due to specific or general errors identified through quality processes. The Contractor shall provide expertise and personnel for a national training maintenance team whose composition shall include technical SMEs, certified instructors, and instructional designers who conduct regular reviews; in conjunction with developers and programmers necessary to incorporate content or process changes. VBA recognizes two types of LCM s, On Demand LCM and Programmed LCM: On-demand LCM is required whenever a change requires update to an existing training product or performance support tool that requires immediate update. Programmed LCM results from periodic, recurring review of training products (usually on an annual cycle) and includes updates due to SME review of content, item analysis of test items and Level1 and Level2 survey data, and evaluation of surveys and student comments. LCM changes could be as simple as revising a few storyboards or be very complex and involve updating the course interface, resizing all of the graphics, restructuring the content, revising course objectives, updating cases and scenarios, and changing the testing strategies and test questions. LCM changes will go through a Quality Assurance review conducted by the Contractors Senior Instructional Systems Designers prior to beginning a Government review. This is to ensure all requested changes are completed, navigation/usability is checked, and standard grammar rules and approved styles and formatting have been followed. A Government review of LCM changes to products will occur before a course is made available for use. LCM projects with longer schedules may have multiple review cycles. While LCM projects with a smaller scope might only have one review cycle. Once any government review s comments have been implemented the course follows VBA s deployment process. The deployment process involves: Packaging all of the revised elements Assigning a version number to the changes for configuration management Documenting the changes for historical purposes Deploying the changes to the review server for final QA by project the design team Deploying the changes to the test server for final review by the programming team Deploying the changes to the production server for access by the end users For updates that require major changes to content, reliability and validity of test questions as well as validation of courses may be required. For estimation purposes, VBA undergoes approximately 70 major updates and 300 minor updates in a 12-month period. Deliverable 7.0: Life Cycle Maintenance Support Package E. SCHEDULE FOR DELIVERABLES 1. The Contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the COR and CO, including a firm commitment of when the work shall be completed. This notice to the COR and CO shall cite the reasons for the delay, the impact on the overall contract and provide a corrective plan of action. The COR and CO will then review the facts and issue a response in accordance with applicable regulations. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS 1. The Contractor shall provide the Contracting Officer Representative (COR) with monthly written progress reports. Monthly reports are due to the COR no later than the 5th business day of the month.The Program Management Review (PMR), unless otherwise specified by the COR will be held the second Tuesday or Wednesday of each month as designated by the COR throughout the project s duration. The PMR slides are due to the COR no later than three business days prior to the scheduled monthly PMR. 2. The Contractor shall provide the COR and with the following reports initially within 15 business days after completion of the post award conference, and thereafter biweekly delivered via email. Required biweekly documentation consists of: Work Breakdown Structure and Schedule updated and submitted to include task breakdown to the fourth level of detail, milestones, ODC pre-approval dates, and travel pre-approval dates. The WBSS shall delivered to the COR in Microsoft Project format and a PowerPoint format. 3. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved with an explanation. The report shall also provide complete, detailed financial reports. H. TRAVEL Travel is required for the completion of the work addressed in this Statement of Work. We estimate travel for two Instructional Systems Design personnel once a quarter to meet for four days with SME s to discuss pertinent courseware updates, changes, and course development strategies. Other trips will be held at various Regional Offices throughout the CONUS. Travel requirements may change due to a number of factors, such as project requirements resulting from analysis and test results, or changes in location of travel due to VBA operational requirements. Travel and per diem shall be reimbursed in accordance with Federal Acquisition Regulation Part 31.205-46. Each Contractor invoice must include copies of all receipts that support the travel costs claimed in the invoice. Travel must be pre-approved by the COR prior to schedule actual travel arrangements. Travel will have a separate line item in the price schedule. Local travel within a 50-mile radius from the Contractor s facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the contractor s facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the contractor s facility are authorized on a case-by-case basis and must be pre-approved by the COR. I. GOVERNMENT RESPONSIBILITIES The Government will provide access to VBA procedural guides, reference materials, field sites, and subject matter experts and trainee personnel required for analysis, design, development, evaluation, and implementation. If required, the Government may provide Government Furnished Equipment such office space, desks, printer, telephone and access to VBA training content servers. J. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL Skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and options. The Program Manager, and Project Manager / Senior ISD are designated as Key Personnel and shall not be removed, diverted, or replaced from work without approval of the CO and COR. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel who are being replaced. Requests to substitute personnel shall be approved by the COR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COR and the CO at least 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The Contractor shall submit a complete résumé for the proposed substitute, any changes to the rate specified in the contract and any other information requested by the CO needed to approve or disapprove the proposed substitution. The COR and CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. K. SECURITY VA Information and Information System Security/Privacy Requirements General All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Access to VA Information and VA Information Systems VA will supply the Contractor with the minimum logical (technical) and/or physical access to VA information and VA information systems for employees, sub-contractors: (1) to perform the services specified in the contract, (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of the contract, and (3) for individuals who first satisfy the same conditions, requirements, and restrictions that comparable VA employees must meet to have access to the same type of VA information. All Contractors and subcontractors working with VA Sensitive Information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same types of information. The level of background security investigation will be in accordance with VA Directive 0710, Handbook 0710, which are available at: http://www1.va.gov/vapubs, and VHA Directive 0710 and Implementation Handbook 0710.01, which are available at: http://www1.va.gov/vhapublications/index.cfm. Contractors are responsible for screening their employees. VA Information Custodial Requirements VA information provided to the Contractor for either the performance or administration of this contract shall only be used for those purposes. No other use is permitted without the CO s express written authorization. This clause expressly limits the Contractor s rights to use data as described in Rights in Data - General, FAR 52.227-14(d)(1). The Government shall retain the rights to all data and records produced in the execution or administration of this contract. Prior to termination or completion of this contract, Contractor will not destroy information received from VA or gathered or created by the Contractor in the course of performing this contract without prior written approval by the CO. A Contractor destroying data on VA s behalf must do so accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, and applicable VA Records Control Schedules. All data and reports shall be transferred to VBA upon contract completion. The Contractor shall not make copies of VA information, electronic or otherwise, except as necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor needs to be restored to an operating state. The Contractor shall not use technologies banned in VA in meeting the requirements of the contract (e.g., Bluetooth-enabled devices). Training All Contractor and subcontractor personnel requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and networks: Sign and acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior related to access to VA information and information systems Successfully complete VA Information Security Awareness training and annual refresher training as required Successfully complete VA Privacy Awareness training and annual refresher training as required Successfully complete any additional Information Security or Privacy training as required for VA personnel with equivalent information system access The Contractor shall provide to the COR a copy of the training certificates for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. These online courses are located at www.tms.va.gov. To self-enroll, click the Create New User button on the red bar and complete the assigned training.   The COR will provide the contractor with the appropriate information to complete self-enrollment. Technical issues with TMS should be directed to the TMS help desk at vatmshelp@va.gov or 1.866.496.0463. Failure to complete this mandatory training within the timeframe required will be grounds for suspension or termination of all physical and/or electronic access privileges and removal from work on the contract until such time as the training is completed. Contractor Personnel Security All contract employees who require access to the VA site(s) and/or access to VA local area network (LAN) systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (SIC). These requirements are applicable to all subcontractor personnel requiring the same level of Background Investigation. The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=487&FType=2 Background Investigation The contract employee level of background investigation required for this effort is: NACI Contractor Responsibilities 1. The Contractor shall bear the expense of obtaining background investigations or reciprocals of previous investigations held that meet or exceed the required investigation level. The cost of background investigations is based on the current Office of Personnel Management (OPM) rate at the time the application is processed at OPM. Fiscal Year 2017 rates are as follows: Low Risk (NACI) $381, Moderate Risk (MBI) $1,730, High Risk (BI) $4,431 or Reciprocals are $62. VA will pay for investigations or reciprocals processed through the VA SIC and conducted by OPM in advance; however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 days of Bill of Collections received from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation/reciprocal costs. 2. Immediately after contract or task order award, the COR will provide the Contractor with the following background investigation documents to be completed by the Contractor and returned to the COR to begin the background investigation process for all contract employees working on the contract who will have access to VA facilities, VA systems, or privacy data: Background Investigation Request Worksheet Optional Form 306 Declaration of Federal Employment Fingerprint Request Form 3. Upon receipt of the above-stated documents from the COR, the VSC will perform preliminary onboarding review and process the request through the SIC. Upon notification of favorable fingerprint results by the VSC, the contractor may begin work while the background investigation is ongoing. Thereafter, the Contractor will receive an email notification from the SIC identifying the website link that includes detailed instructions regarding completion of the background clearance application process in the Electronic Questionnaires for Investigations Processing (e-QIP) system. E-QIP is an online, Internet accessible system where the contractor employee shall complete the security questionnaire required for OPM to process the background investigation. 4. Contractors who have a current favorable background investigation previously conducted by OPM or Defense Security Service (DSS) may be accepted through reciprocation. When a previous clearance is currently held, it does not preclude the vendor from submitting a complete Background Investigation Package as stated above to the COR immediately after contract or task order award for all contract employees who will be working on the contract. 5. The Contractor shall prescreen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration that authorizes them to work in the U.S. and are able to read, write, speak and understand the English language. 6. Contract performance shall not commence before: The VSC has confirmed favorable fingerprint results, or SIC confirms that it has received the Contractor s investigative documents, the documents are complete, and that the investigation information has been released to OPM for scheduling of the background investigation, or VSC or the SIC has confirmed that the verified investigation will be reciprocated. 7. The COR will notify and forward the Contractor a copy of the Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The Contractor, if notified of an unfavorable adjudication by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. 8. The Contractor will be responsible for the actions of those contract and subcontract employees they provide to perform work for VA. In the event damage arises from work performed by Contractor personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident. 9. Should the Contractor use a vendor other than OPM or DSS to conduct investigations, the investigative company must be certified by OPM/DSS to conduct Contractor investigations. The Vendor Cage Code number must be provided to the VA SIC, which will verify the information and conclude whether access to the Government s site(s) and/or VA LAN systems can be granted. 10. The investigative history for Contractor personnel working under this contract must be maintained in the databases of either OPM or the Defense Industrial Security Clearance Organization (DISCO). Government Responsibilities 1. After the SIC has adjudicated the background investigation package from the Contractor, the SIC will send an e-mail notification to the Contractor and their POC identifying the e-QIP website link that includes detailed instructions regarding completion of the background clearance application process and the level of background that was requested. 2. Upon receipt of required investigative documents, SIC will review the investigative documents for completion and initiate the background investigation by forwarding the investigative documents to OPM to conduct the background investigation. If the investigative documents are not complete, the SIC will notify the vendor of deficiencies and include corrective instructions.   3. VA will pay for investigations and reciprocals processed through the VA SIC and conducted by OPM in advance, however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 days of Bill of Collections from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs and may be considered grounds for default. 4. The COR will notify and forward the Contractor a copy of the Certificate of Investigation when the background investigation has been favorably adjudicated or a Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The COR will also notify the Contractor of an unfavorable adjudication by the Government. Security Incident Investigation The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action the breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. M. LIQUIDATED DAMAGES This SOW is further subject to the statutory requirement to assess liquidated damages against contractors and/or subcontractors under 38 U.S.C. §5725 in the event of a breach of Sensitive Personal Information (SPI)/Personally Identifiable Information (PII).  Said liquidated damages shall be assessed at $37.50 per affected Veteran or beneficiary.  A breach in this context includes the unauthorized acquisition, access, use, or disclosure of VA SPI which compromises not only the information s security or privacy but that of the Veteran or beneficiary as well as the potential exposure or wrongful disclosure of such information as a result of a failure to follow proper data security controls and protocols. N. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. ATTACHMENT A Schedule of Deliverables Deliverable No. Item Quantity Delivery Date Task 1.0 Training Design and Development Support Package One As determined in the Government-approved PMP Task 2.0 Competency Based Training System Support One As determined in the Government-approved PMP Task 3.0 Program of Instruction Support Package One As determined in the Government-approved PMP Task 4.0 Job and Task Analysis Support One As determined in the Government-approved PMP Task 5.0 Competency-Based Diagnostics Assessment One As determined in the Government-approved PMP Task 6.0 Quality, Consistency and Training System support One As determined in the Government-approved PMP Task 7.0 Life Cycle Maintenance Support Package One As determined in the Government-approved PMP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17N0244/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-N-0244 VA101V-17-N-0244.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3547051&FileName=VA101V-17-N-0244-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3547051&FileName=VA101V-17-N-0244-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Veterans Benefits Administration;1800 G. Street N.W.;Washnington DC
Zip Code: 20006
 
Record
SN04531099-W 20170604/170602234821-88c8b0e26016a4ceea473d1f966bd0b4 (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.