SOLICITATION NOTICE
U -- Foreign Language Learning Tool
- Notice Date
- 2/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software 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-10-1067529
- Archive Date
- 3/13/2010
- Point of Contact
- Jody L. O'Kash, Phone: 301-827-5094, Brendan McCarthy, Phone: 301-827-4680
- E-Mail Address
-
Jody.O'Kash@fda.hhs.gov, Brendan.McCarthy@fda.hhs.gov
(Jody.O'Kash@fda.hhs.gov, Brendan.McCarthy@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-10-1067592. Provisions and clauses in effect through Federal Acquisition Circular 05-37 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 2,499 concurrent users to access the Rosetta Stone's Online Language Learning Center (brand name or equal to product) for one (1) base year and two (2) additional one year option years. Products shall support investigators and analysts within the FDA's Office of Regulatory Affairs which are located in multiple countries around the world. The FDA must improve the proficiency of field inspection 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 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 YEAR CLIN 0001- Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performance: 1 YEAR OPTION YEAR 1 CLIN 0002 - Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performance: 1 YEAR OPTION YEAR 2 CLIN 0003 - Online web access and support - Rosetta Stone's Online Language Learning Center (brand name or equal to), Period of Performace: 1 YEAR Anticipated Base Year Period of Performance: February 15, 2010 – February 14, 2011 (plus 2 one year options) 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 Regulatory Affairs and investigators and analysts assigned to all sites, foriegn and domestic. 2. The system must provide all authorized personel within the FDA's Office of Regulatory Affairs (2,499 concurrent users) unlimited web access to the Rosetta Stone's Online Language Learning Center or equal to product. 3. The Web Based tool must have the capability to provide foreign language training via the web on a consistent World Wide basis in the following 31 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), Swahili, Swedish, Thai, Turkish, Vietnamese, Welsh). 4. The web based tool must be accessible for all authorized users 24/7 from any country and any time zone, (it is Web-Based). General world-wide access. 5. The program must possess interactive capability for speech and pronunciation. 6. The program must have the functional capability to allow users to run limited reports for their personal progress. 7. The program must 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. Hardware/Software requirements: Must 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.* 9. Product must be compatible with HHS/FDA/LMS. LMS integration - a product that is compatible with SCORM and AICC compliant SABA Learning Management Systems (LMS). Product can be integrated and accessed via the HHS University Learning Management System. All associated usage data (Scores, progress, usage, and completion data) is maintained and managed in the Saba LMS. 10. Product shall meet the following Technology standards: http://apex.fda.gov:777/pls/apex/f.p=104:TSSA LIST:4395749985709187::NO::: 11. Program/Contractor must be able to provide support to 2,499 users concurrently. 12. Program/Contractor must have online support available 24/7 for all authorized users in any time zone. 13. Program/Contractor must have on-call support available during standard business hours (9am - 5pm) in all time zones. 14. 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. 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. Understanding the Scope of Work: a. Provide a comprehensive statement of the scope and purpose of the project to demonstrate complete understanding of the intent and requirements. State the overall objectives and the specific accomplishments you hope to achieve. Describe the rationale for your plan and the relationship to comparable work in progress elsewhere. b. Demonstrate recognition and ability to overcome potential difficulties in the performance of the project. 2. Relevant Experience: a. The Contractor shall describe their relevant experience in fulfilling this requirement. Identify other organizations with which you have acted as a Contractor while participating in the same or similar efforts. Include the degree of your involvement, the size and complexity of the organization and other information describing your experience. 3. Past Performance: a. Contractor shall submit a list of three (3) references contracts. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. The reference list of the three (3) references 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 7. Program Manager and telephone number 8. Administrative Contracting Officer, if different from #6, and telephone number Each vendor will be evaluated on performance under existing and prior contracts for similar products or services. Performance information will be used as an evaluation factor against which contractor’s relative rankings will be compared to assure best value to the government. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the contract under consideration. 4. Equal to Products/Services: a. If a vendor is offering an "equal to" product the product must meet all the requirements and deliverables in the SOW. 5. 508 Compliance Standards: a. Product must meet 508C standards as follows - § 1194.22 Web-based intranet and internet information and applications. (a) A text equivalent for every non-text element shall be provided (e.g., via "alt", "longdesc", or in element content). (b) Equivalent alternatives for any multimedia presentation shall be synchronized with the presentation. (c) Web pages shall be designed so that all information conveyed with color is also available without color, for example from context or markup. (d) Documents shall be organized so they are readable without requiring an associated style sheet. (e) Redundant text links shall be provided for each active region of a server-side image map. (f) Client-side image maps shall be provided instead of server-side image maps except where the regions cannot be defined with an available geometric shape. (g) Row and column headers shall be identified for data tables. (h) Markup shall be used to associate data cells and header cells for data tables that have two or more logical levels of row or column headers. (i) Frames shall be titled with text that facilitates frame identification and navigation. (j) Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. (k) A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes. (l) When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by assistive technology. (m) When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with §1194.21(a) through (l). (n) When electronic forms are designed to be completed on-line, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. (o) A method shall be provided that permits users to skip repetitive navigation links. (p) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required. Note to §1194.22: 1. The Board interprets paragraphs (a) through (k) of this section as consistent with the following priority 1 Checkpoints of the Web Content Accessibility Guidelines 1.0 (WCAG 1.0) (May 5, 1999) published by the Web Accessibility Initiative of the World Wide Web Consortium: Section 1194.22 ParagraphWCAG 1.0 Checkpoint (a)1.1 (b)1.4 (c)2.1 (d)6.1 (e)1.2 (f)9.1 (g)5.1 (h)5.2 (i)12.1 (j)7.1 (k)11.4 2. Paragraphs (l), (m), (n), (o), and (p) of this section are different from WCAG 1.0. Web pages that conform to WCAG 1.0, level A (i.e., all priority 1 checkpoints) must also meet paragraphs (l), (m), (n), (o), and (p) of this section to comply with this section. WCAG 1.0 is available at http://www.w3.org/TR/1999/WAI-WEBCONTENT-19990505. § 1194.31 Functional performance criteria. (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. 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. Alternate proposals are not authorized. Objections to any terms and conditions of the RFP will constitute deficiency, which may render the offer unacceptable. Volume I – Technical: This volume shall contain the Technical Approach. This portion of the proposal to include all data and information required for technical evaluation of brand name or equal product, and exclude any reference to the pricing aspects of each offer. If an equal product is proposed, offeror shall demonstrate how that product is equal to the brand name product. Offerors shall demonstrate in sufficient detail a technical approach that will successfully accomplish each of the requirements of the salient characteristics. For purposes of clarification for the Technical Evaluation Team, offerors are encouraged to provide trial access to their products to demonstrate how the requirements of the attached SOW are addressed and met. Volume II – Pricing: This volume shall include the complete pricing. Offerors shall propose pricing for a one year base period with an option for two (2) additional 1 year periods. 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. 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) FAR 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 within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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: Jody O' Kash at jody.o'kash@fda.hhs.gov. Proposals are due by 3:00 pm Eastern Time on 22 JAN 2010. Any questions must be addressed to Jody O'Kash, jody.o'kash@fda.hhs.gov/301-827-5094. 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. The FDA's Rockville, MD site address is below - 11919 Rockville Pike Rockville, MD 20852
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-10-1067529/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. The FDA's Rockville, MD site address is below -, 11919 Rockville Pike, Rockville, MD 20852, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02065746-W 20100218/100216234323-5a793d91e21373b9b0871844fdecbcd2 (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 |