Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
DOCUMENT

99 -- CHIO 11-63 - WEB MEDIATED SELF-HELP PROGRAMS - WILSON Services - Attachment

Notice Date
4/1/2011
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Rd, Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RI0135
 
Response Due
4/8/2011
 
Archive Date
6/7/2011
 
Point of Contact
Anthony Wilson
 
E-Mail Address
6-2186<br
 
Small Business Set-Aside
N/A
 
Description
Request for Information VA-701-11-RI- 00135 Web Mediated Self help Programs Introduction: This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, on GSA schedule and the Open market. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for Web Mediated Self Help Services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Background: The Department of Defense and the Department of Veterans Affairs, Veterans Health Administration, have agreed to advance an integrated and coordinated public health model to improve the access, quality, effectiveness, and efficiency of mental health services for all Active Duty Service members, National Guard and Reserve members, Veterans, and their families. The plan is outlined in the DoD/VA Integrated Mental Health Strategy Implementation Plan, July 2010. This plan is based on the following tenets: i.There is a growing population of Service members and Veterans with mental health needs. ii.Mental health care is unique in that conditions are not visible and stigma associated with obtaining care reduces the incentive for individuals to seek it iii.Mental health care provides different challenges for the two organizations with different missions in that they serve a common population, but at different life stages. The Integrated Mental Health Strategy Implementation Plan has 28 strategic actions to improve the access to care, quality, consistency, implementation of innovative treatments and continuity of behavioral health. Strategic Action #20 focuses on developing web-mediated resources for Veterans, Service members, and families across the DoD and VA. Co-leads for this Strategic Action are Dr. Ken Weingardt, VHA Office of Mental Health Services, and Dr. Greg Gahm, National Center for Telehealth and Technology, Defense Centers of Excellence for Psychological Health and Traumatic Brain Injury. The first resources to be developed will be self-help courses which will be accessed via the internet. This will provide a first line approach for individuals who may not otherwise seek help. Additional benefits include increasing access to rural areas, 24/7 availability, and a possible reduction in stigma. These courses would be the foundation for a strong empirically supported "stepped care model" that combines web-based self-help modules with telephone coaching and support. Scope of Work: A.Design and development of web mediated self-help programs. The contract will result in the creation of two (2) highly interactive self-paced training courses for Veterans and Active Duty Service Members. Each course will be approximately 3 hours in total seat time, and will be fully compliant with SCORM 2004 standards and CFR Section 508 accessibility requirements. Courses will be developed by an interdisciplinary Planning Committee consisting of VA and DoD Subject Matter Experts, in collaboration with contractor resources with experience in Project Management, Instructional Design, e-Learning production, and video production. Each three hour course will be divided into 5-7 modules focusing on specific topics, and will be developed in two discrete phases - the first focused on analysis and design of the courseware, and the second on its development and deployment. Period of Performance: The period of performance shall be one 12 month base period, plus one 12 month option period. Tasks: A.Task 1.0: Analysis and Design Drs. Weingardt and Gahm will convene a formal Planning Committee (of which the Contractor Project Manager will be a member of) for each course, and will recruit VA and DoD SMEs with relevant experience who will contribute their time. The Contractor will identify necessary resources with expertise in Project Management, Instructional Design, video production, and e-Learning production. Each course will begin with a kickoff meeting that defines project scope, roles and responsibilities, and the working process. The Contractor shall set up a shared workspace (SharePoint site) that they will maintain for the duration of the project. The Contractor shall coordinate all project management aspects including but not limited to developing a detailed Project Management Plan (PMP) coordinating meetings, producing detailed minutes, maintaining timelines and other essential project management support functions. i.Subtask 1.1: Course Outline: The Planning Committee (PC) will have approximately 4 weeks to review existing training materials, videos, manuals, courseware, etc. on the identified topic and reach consensus on a high-level outline for the course. The Contractor will use this information to prepare a formal course outline. This Course Outline will include the overall course objectives, the intended audience, the primary topics that will be covered in each of 3-5 modules or sections of the course, and student performance objectives for each module. ii.Subtask 1.2: Storyboards: The Contractor shall be responsible for the preparation and development of a set of 3-5 storyboards for each module contained in the Content Outline. A storyboard is a detailed design document developed in MS PowerPoint that includes all course content, interactive exercises, graphics, and scripts of Audio and Video segments. The Storyboarding process shall include the following steps: 1.SMEs generate a detailed content outline for that module 2.Content outline reviewed and approved by PC 3.Instructional Designer (Gov't Employee) generates first draft of storyboard 4.SMEs review and refine storyboard 5.Storyboard is reviewed by PC and Veteran focus group(s), coordinated by the Contractor 6.Feedback is incorporated, prototype revised 7.Final review and approval of SB, delivery to development team The estimated timeframe from draft content outline to final storyboard approval is 3-4 months. Storyboarding of each module can proceed serially, or in parallel depending on the availability of Planning Committee members and contractor level of effort. Simultaneously developing and evaluating more than one storyboard can significantly accelerate this process. iii.Subtask 1.3: Audio/Video Production: The Contractor shall prepare all related audio/video production necessary for each module. Video will be used extensively throughout these courses to illustrate key concepts and enhance user engagement. The scripting of audio and video clips will occur as the SBs are being developed. Government SMEs will identify opportunities for video and audio clips as they work on the SBs. The Contractor shall pull information about these clips from the SBs, and track them on a consolidated Media Tracking Sheet. The SMEs will create and revise scripts for the audio and video clips, and include detailed notes for video production. The scripts will be reviewed and approved by focus group and PC members B.Task 2.0: Development and Implementation i.Subtask 2.1: Web Development: The Contractor shall use final storyboards to create the HTML mock up. The Contractor shall design and develop the course template, including menus and submenus, and test for 508 compliance. After the Government SMEs review the course template and the PC approves, the Contractor shall populate the template with content and incorporates media files. The Contractor shall make the prototype module available on the shared site for PC and focus group review. The Contractor shall incorporate feedback and create final version of each course. ii.Subtask 2.2: Audio/Video Production The Contractor shall be responsible for producing all media elements required for these courses, including photography, Flash animation sequences and professional quality audio and video segments. Government video production team will review draft scripts and provides feedback to SMEs. Upon script finalization, characters and locations will be identified and the Contractor shall cast for production and provide candidates for PC review. The Contractor shall coordinate all logistics, and provide all necessary services to shoot and produce video on location or in studio. The PC will review and provide approval of final media clips. The Contractor shall compress video files as necessary for successful incorporation into the web course. iii.Subtask 2.3: Deployment: The Contractor shall coordinate with OMHS, OI&T, My Healthe Vet, VA Web Operations, and DoD stakeholders to successfully post the courses to the Internet. The Contractor shall deliver the courses in two formats; a version that can be deployed on a SCORM 2004 Learning Management System, and a stand-alone version that can be deployed without an LMS. The Contractor shall additionally work with DoD partners to VA to make resulting courses available through afterdeployment.org and/or other DoD sites. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 30 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 30 pages. In response to the RFI, interested contractors shall submit the following information no later than Friday April 8, 2011 1:00PM EST to Anthony Wilson at Anthony.Wilson3@va.gov. Please provide responses to all of the question below so accurate market research can be conducted. All responses must include the following information: Company name, Cage code, CCR number, Dunn & Bradstreet number, company address, Point of contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the RFI number. Also please provide the following information in your response. A.Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project 2.The Prime Contract Type, Firm Fixed-Price, or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. B. Capabilities / Qualifications: 1.Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 2.Labor Categories Provide whether or not your company has a GSA schedule. If so, provide GSA contract number and relevant sins for the services. 3.Teaming Arrangements - Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work. 4.Socio-Economic Status - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 5.Commercial availability - Description of the length of time your services have been commercially available. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70111RI0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA-701-11-RI-0135 VA-701-11-RI-0135_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187830&FileName=VA-701-11-RI-0135-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187830&FileName=VA-701-11-RI-0135-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02415089-W 20110403/110401234453-ab65bbdb987302e501399b59150a33ff (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  © 1994-2020, Loren Data Corp.