Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
DOCUMENT

R -- VeHU 12-20 MVC Phase 3 - Attachment

Notice Date
10/31/2012
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70113R0007
 
Response Due
11/6/2012
 
Archive Date
1/5/2013
 
Point of Contact
Kathleen Klotzbach
 
E-Mail Address
Contract Specialist
(kathleen.klotzbach@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
QUESTIONGOVERNMENT ANSWER 1.Can the government confirm that the bulleted list of actionable items identified in each of these tasks are expected to be addressed by the contractor for each period of performance based on the labor hours allotted in each period? For example, a-n bullets are repeated for each period ¦ so is it up to the contractor to determine which of the tasks, and how many, it will cover in the base period 160 hours and address the other tasks in each of the follow-on periods as the hours allow? This would mean the bulk of the work would be completed in Option Period 2 - Year 3 where the majority of the development hours are allocated.The contract states that the contractor shall budget for a minimum of 160 hours allocated for usability report modifications during the base year. The contractor shall work with the VA program office to determine what tasks can be feasibly completed in the base year. Whatever remaining modifications are not completed may be worked on during the option periods. Also, the VA's usability analysis of MVC is ongoing, so suggested modifications may be updated prior to Option Year 1 and 2. 2.References to task 44 and 45 are made, can the government confirm the referenced are intended to describe Tasks 1.25 and 1.26?Yes, task 44 & task 45 are intended to describe Tasks 1.25 & 1.26. 3.Can the government provide an estimation of the total volume of content it anticipates to provide for each period of performance?At this point the way the government provides training is shifting so we anticipate increasing the content in MyVeHU Campus drastically over the next few years. Our baseline for the past 10 months has been adding 10-15 hours of training per month. We anticipate this increasing by 400% over the next 3 years. 4.Can the Government confirm whether a Low NACI clearance will, or will not, be required for performance of the tasks described? It will be required. 5.Volume III - Price Factor indicates that the price proposal shall be submitted in "EXCEL format". Is this intended to describe format only and a PDF of the Excel format will suffice ¦ or does the Government expect to receive an actual Excel file of the price proposal?A PDF of the Excel format will suffice. 6. Who is the incumbent?Image Technical Services 7.Several tasks listed as based year tasks state final task delivery date 36 months following dated of award. Please confirm the period of performance for all tasks in base year as 12 months following date of award. The complete list of tasks in base year is due by 12 months after award date. We certainly expect to work with the vendor to deliver a phased development approach so that we are increasing functionality incrementally throughout the year. 8.There is no reference in the SOW to base year hosting. Is there a hosting solution already in place for the base year? If so, who is hosting? If not, will there be an addendum to the SOW?The incumbent vendor is hosting for the base year. 9.What is the development platform?The development for MVC currently uses Microsoft ASP.NET MVC 4.0 with the Razor View Engine. Advanced versions of the following technologies, patterns and techniques are also used: C#, jQuery, JavaScript, HTML / HTML5 CSS/CSS3, AJAX, SQL Server 2008 R2, MVC Pattern, Mobile Development Targeting, Adaptive Rendering MVC is programmed to a distributed cloud infrastructure in combination with a CDN, so knowledge of direct manipulation of CDN distributed caching is part of the infrastructure technology development requirements. This is critical for scalability. 10.Task 1.21 specifies Maintenance as needed for both modalities - what are these modalities?Desktop and Mobile Solutions 11.Task 1.22 Tech Support - What is the total user population? How many anticipated users would need tech support?The total user population is around 100,000 clinical users. We cannot anticipate how many will require tech support. 12.Technical Volume requirements state: Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (i.e. a completed GPAT or VPAT or equivalent) will be eligible for any additional merit consideration. -How can this be completed for a product that has not been developed? -Is the Government looking for a COTS solution? The government is not looking for a COTS solution. The government is looking for enhancements to the custom developed solution. If a completed GPAT or VPAT is not available the proposal must document the vendor's past capabilities to provide desktop and mobile web development that provides virtual conferencing and e-learning that has met all 508 requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70113R0007/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-13-R-0007 A00001 VA701-13-R-0007 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=514648&FileName=VA701-13-R-0007-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=514648&FileName=VA701-13-R-0007-A00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02921944-W 20121102/121031234148-bdd71bc1b990997116c62299002a164c (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.