Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOURCES SOUGHT

70 -- 508 - Dragon Professional SW Licenses (New) (VA-24-00017989)

Notice Date
12/19/2023 10:54:29 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0106
 
Response Due
12/22/2023 9:00:00 AM
 
Archive Date
01/06/2024
 
Point of Contact
Harold.Nice@va.gov, Harold Nice
 
E-Mail Address
Harold.Nice@va.gov
(Harold.Nice@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519, OTHER COMPUTER RELATED SERVICES with a size standard 34 Million. The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Service Delivery and Engineering (SDE), Infrastructure Operations (IO) is seeking to identify any vendor capable of providing Dragon Naturally Speaking Software per the PD Statement below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to adhere to the PD are invited to submit a response to this Sources Sought Notice by 12PM EST, (22nd) (December), (2023). All responses under this Sources Sought Notice must be emailed to Harold.nice@va.gov with Sources Sought # 36C10B24Q0106 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the (requested Item) as listed in Attachment 2 (Product Description (PD)) with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the Items outlined in the (PD). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Product Description (PD) DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology Compliance, Risk, and Remediation (CRR) Dragon Naturally Speaking (Professional Edition) Software License Upgrade and Support 1.0 PRODUCT REQUIREMENTS As required by the 508 Compliance Office, Dragon Professional V15.0 server software and server/software upgrade and support. All upgrade support includes software patches and updated email alerts which shall be sent to VA within 48 hours of availability. This support will continue in 2 (one) year option periods, should the need exist. Dragon Naturally Speaking (Professional Edition) software provides three primary areas of functionality: Dictation, Text-to-Speech, and Command Input. The user shall be able to dictate and have speech transcribed as written text, have a document synthesized as an audio stream, or issue commands that are recognized as such by the program. Dragon Naturally Speaking (Professional Edition) software uses a minimal user interface, giving the user the flexibility to work hands-free to turn spoken words into text and voice commands into action so the user does not have to worry about the mechanics of typing and spelling. In addition, voice profiles can be accessed through different computers in a networked environment and allows interaction with your computer by voice. Dragon Naturally Speaking (Professional Edition) software delivers up to 99% speech recognition accuracy, allowing the user to speak naturally at normal speeds and the words appear on screen almost instantly, enabling users to dictate documents up to three times faster than they can type. As an example, when the speaker pauses, the program transcribes the words into the active window at the location of the cursor. The user can also listen to audio playback of their dictation with associated text highlighted on the screen. More specifically, the Dragon Naturally Speaking (Professional Edition) software allows creation of custom commands to control programs or functions. The enterprise-ready speech recognition permits users to dictate and edit documents, spreadsheets and presentations, send email, search the Web, and automate business processes with unparalleled speed, ease, and comfort. The contractor shall provide the following Dragon Professional software which includes upgrade and support in the base period and each option period, if exercised: Deliverables Item Description Part No. Quantity 0001 Dragon Professional Group Software and Licenses TBD 60 0002 Upgrade & Support (Federal Government) OLP Level B Software patches and updates email alerts shall be sent and provided to VA within 48 hours of availability. Upgrades as in the most current version shall be provided and installed. TBD 1 2.0 PERIOD OF PERFORMANCE Period of performance shall be 12 months from August 13, 2024 to August 12, 2025, plus two 12-month option periods, if exercised. 3.0 NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS (SECTION 508) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. 3.1 SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request. Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: 1 E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) 1 E204 Functional Performance Criteria 0 E206 Hardware Requirements 1 E207 Software Requirements 1 E208 Support Documentation and Services Requirements 3.2 COMPATABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. 3.3 ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this posting will be utilized based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this posting in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance. The Contractor shall be able to demonstrate Section 508 Compliance. 4.0 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 13834, Efficient Federal Operations , dated May 17, 2018; Executive Order 13221, Energy-Efficient Standby Power Devices, dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR®, Federal Energy Management Program (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: 1. Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). 2. Provide/use the purchasing specifications listed for FEMP designated products at https://www4.eere.energy.gov/femp/requirements/laws_and_requirements/energy_star_and_femp_designated_products_procurement_requirements . The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. 3. 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. 4. 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: 1. Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives 2. Imaging Equipment (Printers, Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) 3. Televisions, Multimedia Projectors
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3248078b12c4d35a3182f7ea4e1f975/view)
 
Place of Performance
Address: VA Compliance Division Section 508 Program Office 810 Vermont Ave NW Washington, DC 20420, USA
Zip Code: 20420
Country: USA
 
Record
SN06917691-F 20231221/231219230056 (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 |
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.