Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
PRESOLICITATION NOTICE

B -- Focus Group/Usability Tests and Interim Redesign of FirstGov.gov

Notice Date
12/6/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
General Services Administration, Office of Government-wide Policy, Office of Acquisition Policy, 1800 F Street NW Room 4012, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS00A02PDR0001
 
Response Due
12/21/2001
 
Archive Date
1/5/2002
 
Point of Contact
Michael Jackson, Contracting Officer, Phone (202) 208-4949, Fax (202) 501-3161
 
E-Mail Address
michael.jackson@gsa.gov
 
Description
The General Services Administration, Office of FirstGov, has a requirement for Focus Group/Usability Tests and Interim Redesign of FirstGov.gov. Specifically FirstGov.gov requires contractor support to conduct focus groups/usability tests and develop an interim redesign of the existing site. This activity is a precursor to a larger effort that includes deployment of a content management system, integration of other FirstGov business system components (i.e. customer relationship management system), and a major redesign of the site to include information architecture reconfiguration. The purpose of the focus groups/usability tests is to gain customer reaction/feedback to the FirstGov site to inform how best to reorganize/position existing content to highlight the following: online transactions; three primary customer channels (i.e. government to government, citizen to government, and business to government); government shopping; and topical information. The results of the test will provide the foundation for an interim redesign of the existing site. The interim redesign will reposition existing content, form new content categories, feature graphical improvements, and position FirstGov to easily implement future features. The contractor shall provide the following services: Task 1: Usability Tests 1. One planning meeting with FirstGov staff to discuss design of the focus groups/usability tests, identify key stakeholders to interview, and determine test logistics and recruitment of participants that meet FirstGov?s demographic specifications. 2. Development of a test plan to include the following: the test purpose, the problem statement, test objectives, test method, test environment, facilitator role, evaluation measures/methods, the test questions, agendas, and any other relevant supportive materials. The test plan shall be developed together with FirstGov staff. 3. Facilitators, observers, and note takers for each test group who will record general impressions of the sessions and consolidate notations to include as part of a summary report. 4. Logistical planning for tests to include recruitment of participants, scheduling of testing facilities, and incentives for participation. 5. Conduct up to three usability tests and one-to-one interviews with up to four key stakeholders. 6. Meet with CMS deployment team upon completion of the tests to share key lessons learned that should be considered as part of the deployment effort. 7. Analysis of user feedback in terms of specific options for redesign. Task 2: Interim Redesign 1. Develop a plan for repositioning of existing site content/services and formation of new content categories based on usability findings. 2. Assess existing template design and make and implement suggestions for improved template design to support recommendations. 3. Develop a plan to migrate content to any newly developed templates. 4. Conduct graphical improvements, improve current look and feel (i.e. buttons, enhance graphics, search box etc.). 5. Assist FirstGov staff in implementation of site wide changes. B. Deliverable: 1. Up to three usability tests and up to four one-to-one interviews. 2. A Usability Report to include findings from the tests, recommendations for changes, and a plan for implementation. 3. An improved site design hosted on templates that includes an enhanced graphical image. The improved design should feature recommendations cited in the Usability Report. Task Standard: The Usability Report shall be delivered in electronic format using Microsoft Word. The report shall be understandable and contain a narrative of the usability findings and details regarding the testing method. The report shall include a heuristic evaluation of the sites usability and resulting options for redesign. The site redesign reflects the usability findings and a graphical image that is on par with (for example) the California State Portal site. C. Government Furnished Supplies and Services: The Government will provide at no cost to the contractor, when required and authorized by the task order: 1. Workspace and furnishings at the Government site; 2. Access to computers, terminals, common use software, data entry services, communication networks, and other resources owned or leased and operated by GSA; 3. Equipment and software appropriate for the completion of the tasks listed herein, where that equipment and software has not already been purchased pursuant to the contractual agreement; 4. Access to staff; 5. Logistical support for planning sessions. D. Contractor Furnished Supplies and Services: 1. The contractor shall supply a full time senior project manager who will serve as the primary point of contact and project team leader. 2. The contractor shall supply technical and non-technical staff with the appropriate skill and expertise necessary to meet all project requirements. 3. The contractor shall supply equipment, supplies, and incidentals necessary to perform the tasks outlined. E. Period of Performance: 30 Days After Award F. General Acceptance Criteria The general quality measures as set forth below will be applied to each deliverable received from the contractor under this statement of work. Accuracy : Work Products shall be accurate in presentation, technical content, and adhere to accepted elements of style. Clarity : Work Products shall be clear and concise. All diagrams and technical documentation shall be easy to understand and relevant to the project. Specifications Validity : All Work Products must satisfy the requirements of the Government as specified herein. Format : Work Products shall be submitted in media defined in the SOW. Timeliness : Work Products shall be submitted on or before the due date specified in the SOW, or submitted in accordance with a later scheduled date determined by the Contracting Officer?s Technical Representative (COTR). Knowledge Transfer : Information sharing and work product deliverables will be transferable to the CMS deployment team as to ensure continuity of project activities irrespective of who was providing services. The Government intends to acquire a commercial item using FAR Part 12 and Simplified Acquisition Procedures using FAR Part 13.5. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response to this solicitation. The Government intends to award a firm-fixed-price contract to the responsible offeror conforming to the items listed herein and considered to be the most advantageous to the Government. Award will be on an all-or-none basis with respect to the requested services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested based on this combined synopsis/solicitation only. The RFP solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The following provisions apply: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items. The Representations and Certifications which must be completed and submitted with the proposal are located at www.arnet.gov/far/current/html/52_000.html. The Government will award to the responsible offeror whose proposal conforming to this combined synopsis/solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate proposals: technical capability to meet the Government?s requirement; past performance on recent and relevant contracts for the same or similar services; and price. The following clauses apply: 52.212-4, Contract Terms and Conditions Commercial Items and and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Proposals are due 4:00 PM, EST, December 19, 2001 to the Office of Acquisition Policy, General Services Administration, 1800 F Street, Room 4006, Washington, DC, 20405, Attention: Michael O. Jackson/MVF.
 
Record
SN20011206/00001432-011207191209 (fbodaily.com)
 

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.