Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

R -- CAPS-5 Simulated Training - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11917Q0269
 
Response Due
5/26/2017
 
Archive Date
7/25/2017
 
Point of Contact
Kevin Hershey
 
E-Mail Address
9-8450<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The purpose of this solicitation amendment is to publish clarifying information via answers to vendor questions in a Q&A format and to amend section E.7. Please see attached answers in response to vendor questions. E.7 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS is amended as follows. E.7 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: The vendor shall submit a proposal electronically via email to kevin.hershey@va.gov. The proposal shall consist of four separate and distinct volumes; (1) Technical (maximum of 30 pages), (2) Past Performance, (3) Price, and (4) Solicitation, Offer and Award Documents, Certifications / Representations, including fill in Provisions E.1 through E.3. The National Center For Posttraumatic Stress Disorder will conduct a virtual presentation on the government s need for VOSB/SDVOSB considering submitting a quote to this requirement. To be invited to this presentation Vendors shall submit an Intent To Quote with the Vendor Name, POC, and a valid e-mail address to receive the date, time, and weblink for the presentation no later than 28 April 2017. Questions regarding the RFP shall be submitted via email to kevin.hershey@va.gov. These questions must be submitted not later than 4 May 2017 at 13:00 EDT. Responses to questions submitted, if/as appropriate, will be responded to via amendment to the solicitation. Submit quotes directly to kevin.hershey@va.gov not later than 26 May, 2017 at 16:00 EDT Format. The submission shall be clearly indexed and logically assembled. Each volume shall be appropriately numbered and clearly identified with the date and solicitation number in the header and/or footer and shall begin at the top of each page. Quote shall be in Times New Roman or Arial 12 point font ; graphics and tables can utilize 8 point font. A Table of Contents should be created using the Table of Contents feature in MS Word. The quote should be submitted in Microsoft Word or PDF. Price volume shall be in Microsoft Excel format. Quote page limitations are applicable to this procurement. Volume Number Page Count Volume I Technical Approach Not To Exceed (NTE) 30 pages, excluding covers, title pages, table of contents, performance work statement, performance requirements summary, and quality assurance surveillance plan. Page limitation does include the management and staffing Plan and Integrated Master Schedule. Volume II Past Performance No Page Limitation Volume III Price No Page Limitation Volume IV Solicitation, Offer and Award Documents, Certifications / Representations No Page Limitation All information will be confined to the appropriate volume. The Offeror shall confine its submissions to essential matters, sufficient to define the quote details, in a concise manner, to permit a complete and accurate evaluation of each quote. Each volume of the quote will consist of a Table of Contents, and the Narrative discussion. Proprietary information shall be clearly marked. A. VOLUME I TECHNICAL APPROACH No pricing information is to be provided in the Technical Volume. The offeror shall submit a Technical Approach not to exceed 30 pages. The Technical Approach shall address in detail how the offeror proposes to accomplish the government s objectives. The proposal shall include evidence of specific methods and techniques for completing each element, the employment of innovative methodologies to provide the type of services needed and the identification of potential risks and mitigations. The Technical Approach shall be written in concise, easily understood language and will be evaluated using the elements described below (Evaluation Factors). The technical approach should include: Overview of the company s prior proven performance developing similar trainings using RVHT. Describe the project team and include resumes of key personnel chosen for this effort describing prior proven performance using RVHT (for example i.e. writers, instructional designers, graphic designers, programmers, project managers). Exhibit experience creating 508 materials. Present a clear plan for how this course will be made 508 compliant. Discuss the challenges of making RVHT 508-compliant and how you will address those challenges. The contractor shall provide a link to a product it created that demonstrates skill with instructional design principles, artificial intelligence, and RVHT in a creative, engaging format. The product should demonstrate the ability to create a virtual patient that is life-like and realistic (i.e., displays emotions through facial features in a convincing manner, uses body language appropriately). Please include the cost of the example you provided The contractor will submit a contractor proposed Performance Work Statement. This PWS will be evaluated as part of the technical evaluation. The performance work statement will define the task to accomplish the contract, as well as task deliverables and include performance requirements (i.e. acceptable quality levels). The vendor will submit a SOO to PWS matrix mapping the vendors PWS tasks to the Governments Objectives. The vendor will also propose a Government Quality Assurance Surveillance Plan. This volume must include the following attachments which do not count towards page limitations: Contractor Proposed Performance Work Statement (PWS) SOO to PWS Matrix A Performance Requirements Summary (PRS) Contractor Proposed Quality Assurance Surveillance Plan (QASP) Vendor Presentation Vendors will be invited to virtually present their solutions to the Government s Objectives. This presentation will occur during the evaluation period in a form of a Webex or similar format meeting. This presentation will be limited to 60 minutes and vendors should anticipate 6 government participants. B. VOLUME II PAST PERFORMANCE: Submit a list containing no more than five (5) Government contracts (prime contracts, calls/task orders, and/or major subcontracts). Contracts must have been performed during the past three (3) years and shall be relevant to the efforts required by this solicitation. Contractor should have prior experience creating simulations and doing web development. Contracts listed may include those entered into by the Federal Government, agencies of state and/or local governments. For the purposes of this solicitation, a "major subcontract" is defined as 20% of the total contract effort. Data concerning the prime offeror shall be provided first, followed by each proposed major subcontractor, in alphabetical order. a. New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. This volume shall include the following information for each contract and/or subcontract listed organized by Section: Section I: Contract Descriptions Name of Contracting Organization Contract Number and Task Order Number, if applicable (for subcontracts, provide the prime contract number and the subcontract number) Contract Type Awarded Price/Cost Final or Projected Final Price/Cost Description of Requirement (Include detail on how the effort is relevant to the requirements of this solicitation.) Contracting Officer's Name and Telephone Number Program Manager's Name and Telephone Number North American Industry Classification System (NAICS) Code Section II: Performance The contractor may provide information on problems encountered on the identified contracts and the contractor s corrective actions. For any contracts/task orders that did not/do not meet original cost, schedule, or technical performance requirements, provide a brief explanation of the reasons for the shortcomings and any corrective actions taken to avoid recurrence. The contractor shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The offeror shall indicate if any of the contracts listed were terminated and the reasons for the termination. Offeror may submit a maximum of five (5) Past Performance Questionnaires (PPQs). The offeror shall distribute the PPQ found in the solicitation to a POC for each of the past performance references found in the above mentioned narrative. The Government will accept only one completed PPQ per reference and a maximum of five (5) completed PPQs. The Government will not accept Past Performance Questionnaires from any POCs that are not received by 1600 26 May 2017. The offeror shall instruct the POC at the referenced entity to return a copy of the completed PPQ directly to the Contracting Officer and Contract Specialist at Brian.Love@va.gov / Kevin.Hershey@va.gov NO LATER THAN THE CLOSING DATE OF THE SOLICITATION (inclusive of any closing date extensions granted via amendment). Failure of the reference to provide the completed questionnaire will not cause the offeror s proposal to be considered High Risk for that reason alone. The Vendor will also provide a list of all the POC s who were sent a questionnaire. The Government must receive this list as part of the Past Performance Volume of the quote. The POC List will be submitted in Word or Windows Table Format to include the following fields: Company Name; Contract Number; Government Agency; POC Last Name, First Name; POC Title; POC Telephone Number; POC E-Mail Address; Date Emailed to POC (month/day). Please note, that the Past Performance Questionnaire will not be a part of the resultant contract. C. VOLUME III PRICE The Vendor shall submit pricing for the total performance period. Prices shall be provided in accordance with the format included in the planned CLIN structure schedule (included in Section B.4 as a sample), and the quote shall include the basis of estimate (BOE) information used to calculate the total price.   The quotation must specifically include the total level of effort for the PWS requirements broken out by hours and labor categories for each task.   Vendor s quotes that do not include the total level of effort for the PWS s requirements will be considered non-responsive and non-compliant with the Request for Quotation instructions. The Vendor s overall quoted price shall illustrate how the Vendor understands the SOO objectives by substantiating the validity of the Vendor s technical approach to performing their proposed PWS.   Therefore, any limitations and/or assumptions in the price quotation shall be included by the Vendor. The Firm-Fixed Price (FFP) CLINs must include all labor, material, travel and deliverables required for the successful completion of the services detailed in the contractor s PWS for all specific tasks. The total evaluated contract price will equal the sum of the total price for the entire contract period inclusive of all options. D. VOLUME VI SOLICITATION, OFFER, AWARD DOCUMENTS, AND REPRESENTATIONS AND CERTIFICATIONS. Certifications and Representations - An authorized official of the firm shall sign the SF 1449 and all certifications requiring original signature. An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: a. Solicitation Section A Standard Form (SF1449) and Acknowledgement of Amendments, if any. b. Any proposed terms and conditions and/or assumptions upon which the quote is predicated. Quoters are hereby advised that any Quoter-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the Solicitation, may render the quote Unacceptable, and thus ineligible for award. All other solicitation information remains the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/caff511248206335b0cf13bd5ee081cb)
 
Document(s)
Attachment
 
File Name: VA119-17-Q-0269 A00001 VA119-17-Q-0269 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478531&FileName=VA119-17-Q-0269-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478531&FileName=VA119-17-Q-0269-A00001000.docx

 
File Name: VA119-17-Q-0269 A00001 CAPS-5 VENDOR QUESTIONS AND ANSWERS 20170508.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478533&FileName=VA119-17-Q-0269-A00001001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3478533&FileName=VA119-17-Q-0269-A00001001.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04500013-W 20170510/170508234911-caff511248206335b0cf13bd5ee081cb (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.