DOCUMENT
D -- ForeSee Sentiment Analytics Tool - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- 36C10B18Q2953
- Response Due
- 7/9/2018
- Archive Date
- 8/8/2018
- Point of Contact
- Peter Lewandowski
- Small Business Set-Aside
- N/A
- Description
- ForeSee Sentiment Analytics Tool License TAC Number: TAC-18-50742 9 of 9 DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology Enterprise Program Management Office Brand Name or Equal, ForeSee Sentiment Analytics Tool License Date: May 22, 2018 TAC-18-50742 Product Description Version Number: 1.3 SAP PRODUCT DESCRIPTION The Department of Veterans Affairs (VA) is seeking to conduct a brand name or equal acquisition for a ForeSee customer survey analytics software license, maintenance and technical support. The software maintenance support shall include periodic updates, enhancements, and corrections to software and the technical support shall include application updates, unlimited access to analytics data provided by the tool, face-to-face and telephone triage workflows, unlimited web-based training, and monthly quality assurance meetings. VA harnesses analytic survey data from the Veteran community to provide continuous service improvements to Veterans. Measuring visitor satisfaction is critical to enhancing participation, collaboration and transparency in the Government. Government agencies use survey tools to meet Executive Order requirements to measure satisfaction with websites, social media, mobile sites and applications, call centers, and physical locations. REQUIREMENTS The Contractor shall provide the following brand name or equivalent items: BASE PERIOD Description Quantity Brand Name or Equal, ForeSee Sentiment Analytics Tool License, Maintenance, and Technical Support The proposed equivalent software shall meet the below salient characteristics: Software as a Service (SaaS) and available on an annual subscription basis. Unlimited number of Government personnel who can access the online portal. Unlimited number of surveys which can be conducted during the subscription period. Survey planning, design, development and implementation: Pretest/pilot surveying. Assessing reliability and validity of data. Conducting/administering surveys. Continuous access to client-specific online portal of all data, updated daily. Pre-analysis phone discussion to agree on client goals. Analyses of quantitative and qualitative survey data. Production of reports related to the survey. Briefings of results to stakeholders via WebEx and/or teleconference. 1 OPTION PERIOD 1 Description Quantity Brand Name or Equal ForeSee Sentiment Analytics Tool Maintenance, and Technical Support The proposed equivalent software shall meet the below salient characteristics: Software as a Service (SaaS) and available on an annual subscription basis. Unlimited number of Government personnel who can access the online portal. Unlimited number of surveys which can be conducted during the subscription period. Survey planning, design, development and implementation: Pretest/pilot surveying. Assessing reliability and validity of data. Conducting/administering surveys. Continuous access to client-specific online portal of all data, updated daily. Pre-analysis phone discussion to agree on client goals. Analyses of quantitative and qualitative survey data. Production of reports related to the survey. Briefings of results to stakeholders via WebEx and/or teleconference. 1 Type of Contract: Firm-Fixed-Price PERIOD OF PERFORMANCE The Period of Performance shall be 12-months from date of delivery, with one 12-month option period. SECTION 508 NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL ELECTRONIC AND INFORMATION TECHNOLOGY PROCUREMENTS 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 and 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. Section 508 Electronic and Information Technology (EIT) Standards: The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: http://www.section508.gov and http://www.section508.gov/acquisition-regulations. A printed copy of the standards will be supplied upon request. The Contractor shall comply with the technical standards as marked: § 1194.21 Software applications and operating systems § 1194.22 Web-based intranet and internet information and applications § 1194.23 Telecommunications products § 1194.24 Video and multimedia products § 1194.25 Self-contained, closed products § 1194.26 Desktop and portable computers § 1194.31 Functional Performance Criteria § 1194.41 Information, Documentation, and Support Equivalent Facilitation Alternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with disabilities. Compatibility with Assistive Technology The Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. Acceptance and Acceptance Testing Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for 508 Compliance before delivery. The Contractor shall be able to demonstrate 508 Compliance upon delivery. Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at http://www.section508.va.gov/section508/Resources.asp. Deliverable: Final Section 508 Compliance Test Results INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13514, Federal Leadership in Environmental, Energy, and Economic Performance, dated October 5, 2009; Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, dated January 24, 2007; Executive Order 13221, Energy-Efficient Standby Power Devices, dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR ®, FEMP designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall: Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at www.femp.energy.gov/procurement. The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. Provide/use EPEAT registered products as specified at www.epeat.net. At a minimum, the Contractor shall acquire EPEAT ® Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives Imaging Equipment (Printers Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) Televisions, Multimedia Projectors This list is continually evolving, and as a result is not all-inclusive. SHIPMENT OF HARDWARE OR EQUIPMENT Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship To and Mark For: Primary: Alternate: Name: Troy Hamilton Name: Dale Beehler Address: Address: 1941 Fieldcrest Dr Colorado Springs CO 80921 Voice: 321-622-6069 Voice: 719-488-2415 Email: Troy.Hamilton@va.gov Email: Dale.beehler@va.gov Special Shipping Instructions Prior to shipping, the Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. The Contractor cannot make any changes to the delivery schedule at the request of Site POC. Contractors must coordinate deliveries with Site POCs before shipment of hardware to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, shall bear the VA Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall include the following: IFCAP PO # ____________ (e.g., 166-E11234. The IFCAP PO number is located in block #20 of the SF 1449.) Project Description: (e.g., Tier I Lifecycle Refresh) Total number of Containers: Package ___ of ___. (e.g., Package 1 of 3) INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP s) and Authority to Operate (ATO) s for all systems/LAN s accessed while performing the tasks detailed in this Product Description. POINT(S) OF CONTACT: VA Program Manager Name: Troy Hamilton Address: Voice: 321-622-6069 Email: Troy.Hamilton@va.gov Contracting Officer Name: Jan Oberdick Address: 23 Christopher Way, Eatontown, New Jersey 07724 Voice: 732-440-9659 Email: Jan.oberdick@va.gov Contracting Officer s Representative Name: Troy Hamilton Address: Voice: 321-622-6069 Email: Troy.Hamilton@va.gov Contract Specialist Name: Peter Lewandowski Address: 23 Christopher Way, Eatontown, New Jersey 07724 Voice: 732-440-9640 Email: Peter.lewandowski@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f68e36a6c81ad713f5d518b6ec2a306e)
- Document(s)
- Attachment
- File Name: 36C10B18Q2953 36C10B18Q2953.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4455858&FileName=36C10B18Q2953-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4455858&FileName=36C10B18Q2953-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10B18Q2953 36C10B18Q2953.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4455858&FileName=36C10B18Q2953-000.docx)
- Record
- SN04979105-W 20180705/180703231224-f68e36a6c81ad713f5d518b6ec2a306e (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 |