SOLICITATION NOTICE
U -- Board Vitals
- Notice Date
- 5/20/2024 2:37:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519290
—
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q1072
- Response Due
- 5/27/2024 1:00:00 PM
- Archive Date
- 06/26/2024
- Point of Contact
- Jose Delgado, Contracting Officer, Phone: 561-517-0445, Fax: None
- E-Mail Address
-
jose.delgado3@va.gov
(jose.delgado3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ, 36C24824Q1072. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This solicitation is set aside for Service-Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 519290, with a small business size standard of 1,000 employees. The FSC/PSC is U099. The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), West Palm Beach VA Medical Center, 7305 North Military Trail, West Palm Beach FL 33410-6400 is seeking an existing, commercial, off-the-shelf, web-based electronic collection for Nursing Specialty Board Test Preparation. All interested companies shall provide quotations for the following: CLIN Description QTY Unit of Measure Period of Performance Unit Price Total Price 0001 Board Vitals 1 YR 07-01-2024 to 06-30-2025 1001 Board Vitals 1 YR 07-01-2025 to 06-30-2026 2001 Board Vitals 1 YR 07-01-2026 to 06-30-2027 3001 Board Vitals 1 YR 07-01-2027 to 06-30-2028 4001 Board Vitals 1 YR 07-01-2028 to 06-30-2029 See Attached (SOW) Subscription and access must meet the requirements in the SOW. The contract period of performance shall be from the date of award for a base period of 1 year plus four option year periods. Place of Performance/Place of Delivery Address: See Statement of Work Postal Code: See Statement of Work Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (MAR 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/); (ii) Quick Search (http://quicksearch.dla.mil/); (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAR 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.204-27, Prohibition on a ByteDance Covered Application 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023)(15 U.S.C. 632(a)(2)). 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). 52.222-3, Convict Labor (Jun 2003) (E.O.11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29U.S.C.206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020). VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). VAAR 852.203-70, Commercial Advertising (MAY 2018). VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018). VAAR 852.201-70, Contracting Officers Representative (DEC 2022). VAAR 852.219-73, VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022). VAAR 852.237-75, Key Personnel (OCT 2019). VAAR 852.242-71, Administrative Contracting Officer (OCT 2020). 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within __15 days_ ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30 __ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___5 years______ (months) (years). (End of clause) Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (1) technical capability; (2) price. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation, SOW and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. INSTRUCTIONS TO QUOTERS All quoters shall submit the following: one (1) copy of pricing and a technical approach and any material that supports quoter s ability to accomplish, meet or exceed the tasks and deliverables as stated in the (SOW). limit does not include price sheet or past performance. The use of hyperlinks in quotes is prohibited. TECHNICAL VOLUME. Offerors shall, demonstrate a clear understanding of all features involved in meeting and supporting the requirements outlined in the Statement of Work (SOW)). PRICE VOLUME. The Offeror shall submit a firm-fixed price quote for each line item outlined in the appropriate table above. The total price must match the amount provided in the Total Evaluated Price table. The Government will evaluate proposed prices by adding the Offeror s total proposed price for the base year and all options. Failure to provide a unit price and total amount for each CLIN will render the offer unacceptable. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4:00 PM EST, May 27, 2024, via email to jose.delgado3@va.gov. The deadline for submission of questions regarding this notice is 4PM EST, May 23, 2023, via email to jose.delgado3@va.gov. Questions received after this date and time may not be answered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Points of Contact Jose Delgado Jose.delgado3@va.gov Statement of Work Department of Veterans Affairs Veterans Health Administration Specialty Board Test Preparation for Clinicians General Information: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires an existing, commercial, off-the-shelf, web-based online platform (database) that provides clinicians with access to specialty test bank questions and practice exams in several medical board specialties, nursing, and allied health. Access to these questions prepares clinicians for exams to meet Continuing Medical Education (CME) and Maintenance of Certification (MOC) requirements with evidence-based content that s updated daily. The following list of test banks and practice exams is requested by the Miami VA Medical Library. Background: The Miami VA Healthcare System, Medical Library s goal is to ensure a collection of high quality clinical, full text online test banks and practice exams are available to improve clinical decision making at the point of care. This Specialty Board Test Preparation Subscription is a requirement to provide online-format, specialty, board preparation tests and review materials for clinical medicine, nursing, and allied health professionals. These professionals seek initial, advanced, and continuing certifications to maintain current knowledge in their chosen specialties. Successfully achieving and maintaining specialty certification status is an employment requirement for most and a professional requirement for all. The purpose of this purchase is to provide Miami VA Healthcare System clinicians with internet-based access to board review resources in their professional specialties. These subscriptions are helpful and necessary to improve clinical decision making at the point of care. Test preparation subscriptions have been shown to increase the pass rate for board exams. Medicine, Nursing and Allied Health certification is an important component of clinical practice and contributes to the high quality of care provided by Miami VA Healthcare System clinicians, nurses, and allied health professionals. Scope of Work: The Miami VA Healthcare System (Miami VAHS and its outpatient clinics) requires an annual subscription to a specialty board test preparation subscription to 42 test banks, MOC (where available) and/or practice exams. The selection will be mutually agreed upon and must address content to prepare Miami VAHS clinicians, nurses, and allied health professionals for certification in various medical specialties or clinical areas. Performance Period: One (1) year, plus four (4) one (1) year option periods, to be exercised at the discretion of the government. Base Year: 07-01-2024 to 06-30-2025 Option year 1: 07-01-2025 to 06-30-2026 Option year 1: 07-01-2026 to 06-30-2027 Option year 1: 07-01-2027 to 06-30-2028 Option year 1: 07-01-2028 to 06-30-2029 The test preparations must address content and prepare Clinicians for certification in the following nine specialties or clinical areas: 1. Addiction Medicine 2. Anesthesiology ADVANCED 3. Anesthesiology BASIC 4. Cardiology 5. Dermatology 6. Echocardiography 7. Emergency Medicine 8. ENT Oral Boards 9. Family Medicine 10. Gastroenterology (GI) 11. Geriatric Medicine 12. Hematology and Oncology 13. Hospice and Palliative Care 14. Infectious Disease 15. Internal Medicine 16. Nephrology 17. Neurology 18. Nuclear Cardiology 19. OBGYN 20. Ophthalmology 21. Orthopedic Surgery 22. Otolaryngology 23. Pain Medicine 24. Pathology 25. Physical Medicine and Rehabilitation 26. Podiatry Advanced Package 27. Preventive Medicine 28. Pulmonary and Critical Care Medicine 29. Psychiatry 30. Psychiatry Vignettes 31. Radiology Certifying Exam 32. Radiology CORE 33. Rheumatology 34. Sleep Medicine 35. Surgery 36. Urology 37. COMVEX 38. USMLE® Step 1 USMLE® Step 2 USMLE® Step 3 BoardVitals Allied Health Test Banks 39. ARRT Radiologic Technologist 40. Surgical Tech Practice Exams 41. USMLE 1-3, Practice Exams 42. Internal Medicine Practice Exam Product must have the specific salient characteristics listed below. The product should be accessible online and provide the ability for self-test and study for certification examinations. Practice Exams shall be available for test banks to allow users to ease test anxiety by taking a full-length practice exam prior to test day. These practice exams should not only simulate the length of the exam (including breaks and blocks) but mimic the testing interface nurses will experience in a real-world testing environment. The platform purchased under this contract should provide the opportunity for users to customize their experience by the ability to work on only areas or subtopics that users have identified as needing the most review. Users must also be able to flag questions or make notes about a question for themselves within the platform. Users should be able to extract those questions which have comments or flags to develop a separate quiz. Questions contained within the platform must be written by individuals who are board certified in that specialty. Detailed up-to-date explanations with evidence-based rationales are provided for each question. The platform will provide a method to show users which sub-areas need further study and provide a percentile compared to their peers to allow users to address areas of weakness. Provide detailed feedback and assessment of a user s progress in a subject area. The platform must be available in a mobile app format which will allow users to download a test or practice questions and study them while off-line. When the user reconnects to the internet, the app must synchronize with the web-based interface to allow users to maintain their course of study. Individuals should be able to sign up for their own personal account that tracks their progress and allows them to create custom test exams based upon their areas of interest within a discipline. The Contractor shall provide usage statistics and site training. Usage statistics for each test bank shall be available online for local site administrator. Statistics shall include the total time used by users of each test bank. Contractor shall provide detailed monthly reports and annual usage by the test bank. Website technical support will be available Monday through Friday during normal business hours (EST), excepting federal holidays. Support will address questions of access to specific test banks and respond to login problems due to users name changes or changes in institutional affiliation. Training is offered onsite, via webinar, or through conference calls. Printed materials are also available. The system should be 508 compliant (http://www.section508.gov/). If the system is not 508 compliant, the contractor shall describe measures being taken to bring the system into compliance and date, within 12 months of contract award, that the system will be 508 compliant. Or, if the system is not 508 compliant, the contractor shall describe why no work is being done to make it 508 compliant. Information should be accessible online via VA Gateway IPs, Liblynx IPs of 157.230.189.45 and 162.243.143.27, and from any computer or web-enabled device (i.e., iPad, Android tablet). VPN and Citrix access is also included. Description / Scope / Objective: Contractor will provide Miami VA Healthcare System, Medical Library with uninterrupted 24/7 online access. The Boardvitals VHA package will provide access to a custom selection of 42 question banks and/or practice exams, that may be exchanged for other subjects depending on test bank and/or practice exam availability and/or the needs of the Miami VA Healthcare System. Titles and test bank selection may be subject to change and will be mutually agreed upon within the optio...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50faf44eb0974f21b21ea61bed88a26d/view)
- Place of Performance
- Address: Department of Veterans Affairs Miami VA Medical Center Bruce W Carter VA Hospital Medical Center 1201 NW 16TH Street, Miami, FL 33125-1624, USA
- Zip Code: 33125-1624
- Country: USA
- Zip Code: 33125-1624
- Record
- SN07070060-F 20240522/240520230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |