Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

U -- Foreign Language Learning Tool

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-10-1078165
 
Archive Date
9/17/2010
 
Point of Contact
Brendan McCarthy, Phone: 301-827-4680, Patrick D Gardner,
 
E-Mail Address
Brendan.McCarthy@fda.hhs.gov, patrick.gardner@fda.hhs.gov
(Brendan.McCarthy@fda.hhs.gov, patrick.gardner@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis is to notify contractors that the government intends to issue a Purchase Order on a brand name or equal basis in accordance with FAR Part 13 for the following, under simplified acquisition procedures. The Request for Proposal number is FDA-SOL-10-1079531. Provisions and clauses in effect through Federal Acquisition Circular 05-44 are incorporated into this request. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at www.acquisition.gov/far. The NAICS code is 511210, Software Publishers. There is no set-aside for this acquisition. All qualified vendors are encouraged to submit a proposal. The purpose of this procurement is to establish a contract for 101 concurrent users to access the Rosetta Stone's Online Language Learning Center (brand name or equal to product) for one, 12 month base year and two, 12 month option periods. Products shall support staff within the FDA's Office of International Programs which is located in multiple countries around the world. The FDA must improve the proficiency of field staff to effectively communicate with manufacturers, producers, suppliers and regulatory officials from foreign countries. The U.S. Food and Drug Administration request proposal responses from qualified sources capable of providing access 24 hours a day, 7 days a week web access and support in any time zone to Rosetta Stone's Online Language Learning Center or equal to product. BASE PERIOD CLIN 0001- Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performance: 12 MONTHS. OPTION PERIOD 1 CLIN 0002 - Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performance: 12 MONTHS. OPTION PERIOD 2 CLIN 0003 - Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performance: 12 MONTHS. Anticipated Period of Performance for the base period: September 15, 2010 - September 14, 2011. If not brand name as specified above, the proposed product shall meet the following Salient Characteristics: 1. The system shall support the FDA's Office of International Programs staff assigned to all sites, foreign and domestic. 2. The system shall provide all authorized personnel within the FDA's Office of International Programs (101 concurrent users) unlimited web access to the Rosetta Stone's Online Language Learning Center or equal to product. 3. The Web Based tool shall have the capability to provide foreign language training via the web on a consistent World Wide basis for at least the following 27 languages: (Arabic, Chinese (Mandarin), Danish, English (American), English (British), Filipino (Tagalog), French, German, Greek, Hebrew, Hindi, Indonesian, Irish, Italian, Japanese, Korean, Latin, Pashto, Persian (Farsi), Polish, Portuguese (Brazil), Russian, Spanish (Latin America), Spanish (Spain), Swedish, Turkish, Vietnamese). 4. The web based tool shall be accessible with general world wide access for all authorized users 24/7 from any country and any time zone. High speed internet access is required. 5. In addition to providing the fundamentals for reading and writing foreign languages, the program shall possess interactive capability for speech and pronunciation. 6. The solution shall have the functional capability to allow users to run limited reports for their personal progress. 7. The solution shall have the functional capability to allow users to run multiple types of user and usage reports (i.e. total usages, specific language usages, etc.) as needed. 8. Solution shall allow administrators to run reports on all staff. 9. Hardware/Software requirements: Solution shall be compatible with Windows XP and Internet Explorer 6 and 7. *Please note in your proposal any other mandatory hardware/software components needed for the proposed product to effectively run.* 10. Solution shall provide a software plug-in. 11. Solution shall have the ability to provide interactive online instruction with licensed instructors. 12. Solution shall have the capability to facilitate learning by providing interaction between other students. 13. Solution shall provide live coach-leading practice sessions with access to native speakers. 14. Solution shall provide learners the ability to study independently while having the option to practice in groups with native speakers and studio coaches, all in an on-line environment. 15. Solution shall have 50-minute sessions available to users that take place in a real-time group setting with group members at a similar proficiency level. 16. Program/Contractor shall be able to provide support to 101 users concurrently. 17. Program/Contractor shall have online support available 24/7 for all authorized users in any time zone. 18. Program/Contractor shall have on-call support available during standard business hours (9am - 5pm) in all time zones. 19. This requirement is subject to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C 794d), as amended by P.L. Section 508 Compliance. Section 508 of the Rehabilitation Act of 1973 (29 U.S.C 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. The following 508 Standards apply to this procurement: 1194.22 Web-based intranet and internet information and applications 1194.31 Functional Performance Criteria Evaluation Factors for Award: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government. The Government intends to evaluate offers and award a contract without discussions. The offeror's initial offer should contain the offeror's best terms from a price 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 best interest of the Government; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The following factors shall be used to evaluate offers: 1. Technical: FDA will evaluate the extent to which the proposed solution satisfies the salient functional characteristics. Solutions that do not satisy each of the provided salient characteristics are not eligible for award. Additionally, the FDA will evaluate the extent to which the proposed solution has been successfully implemented before (relevant experience). 2. Price: FDA will evaluate pricing for all aspects of the proposal (base period and optional periods) to determine if proposed pricing is fair and reasonable. 3. Past Performance: FDA will evaluate Past Performance as a risk factor and reserves the right to contact relevant experience references and to check PPIRS/NIH CPS. Proposal Instructions to Offerors: Offerors are required to submit their proposals in two separate volumes as follows: Volume I - Technical Volume II - Pricing Proposal The completion and submission of the above items will constitute an offer (proposal) and will indicate the offeror's unconditional assent to the terms and conditions of this RFP and any attachments hereto. Objections to any terms and conditions of the RFP will constitute deficiency, which may render the offer unacceptable. 1. Volume I - Technical: This volume shall contain a description of how the proposed solution satisfies all of the provided salient characteristicss. Offeror shall discuss any potential difficulties and how they would overcome them. Offeror shall provide up to three relevant experience references. Offeror shall include the following information with their reference information: References listed may include those contracts entered into by the Federal Government, agencies of the State and local governments and commercial customers. References shall also describe the outcome of the contract (i.e. fluency ratings before and after contract, software installation successes/challenges, etc.) The reference list shall include the following information for each contract and subcontract - 1. Name of contracting activity 2. Contract Number 3. Contract Type 4. Total Contract Value 5. Contract Work 6. Contracting Officer and Telephone Contact Information 7. Program Manager and Telephone Contact Information 8. Administrative Contracting Officer, if different from number 6. 2. Volume II - Pricing: This volume shall include the complete pricing of offerors proposal. Offerors shall propose pricing for a 12 month base period and include pricing for the two additional, 12 month option periods. Offeror shall clearly state overall cost to the Government. 3. Past Performance: FDA reserves the right to call relevant experience references and check Government Past Performance databases (i.e. PPIRS, NIH CPS). FAR Provisions & Clauses: FAR 52.203-6 ALT I, Restrictions on subcontractor Sales to the Government. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010). In compliance with said clause, the following FAR clauses apply: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.213-2, Invoices Offerors are reminded to include a completed copy of 52.212-3 ALT I with their response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the order. Additional contract terms and conditions applicable to this procurement: 52.217-8 Option to Extend Services (NOV 1999) 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 at any point prior to the end of the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 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 36 months. (End of clause) The contractor is requested to hold price quotations for a minimum of 45 days. Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Brendan McCarthy at Brendan.mccarthy@fda.hhs.gov. Proposals are due by 3:00 pm Eastern Time on 02 September, 2010. Any questions must be addressed to Brendan McCarthy at, Brendan.mccarthy@fda.hhs.gov/301-827-4680. Place of Contract Performance: Place of performance is primarily on the contractor's site. The contractor may be required to travel to the FDA's Rockville, MD office no more than 4 times a year for status meetings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-10-1078165/listing.html)
 
Place of Performance
Address: Place of performance is primarily on the contractor's site. The contractor may be required to travel to the FDA's Rockville, MD office no more than 4 times a year for status meetings., Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02256648-W 20100828/100827000403-889a4ee05a3078b218878c748b21526f (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.