Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

D -- Maintenance, support, and development services for learning management system (LMS) - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N1012
 
Response Due
8/15/2017
 
Archive Date
9/14/2017
 
Point of Contact
Safa Shleiwet
 
E-Mail Address
safa.shleiwet
(Safa.Shleiwet@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Please note this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, James J. Peters VA Medical Center (Bronx, NY) is currently conducting market research for Maintenance, support, and development services for learning management system (LMS), including course development and 508 compliance services. The vendor shall: Provide technical updates for the LMS; Develop and implement new graphical user interface, search function, resources depository, and content updates on the LMS; Provide expert services in Learning Management Systems development and e-Learning Systems Architecture, and e-learning course design; Working with GRECC subject matter experts, develop multiple Moodle 3.2 compatible, SCORM course modules (compatible with SCORM 1.2) for the GRECC s Geriatric Scholars Learning Community (www.gerischolars.org), to provide continuing education in geriatrics. In addition, the vendor shall assist the GRECC service in converting video files into SCORM packages suitable for the existing Moodle-based LMS system; Ensures that products delivered will be satisfactory to the needs of the GRECC; Provide ongoing security patch updates to the site. Ensure that products are fully compatible with existing Moodle-based LMS platform and ensure all functionalities within the VA network firewall; Enable GRECC staff to assess data analytics regarding user participation in LMS content, searchable by user profile fields. GRECC must be able to extract monthly reports regarding user participation. Provide web-based, recordable training opportunities to ensure GRECC staff have capacity to create and update LMS content. At least 8 hours per contract year. Developed content for the LMS must conform to Section 508 of the Rehabilitation Act of 1998 (P.L. 105-220). This requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. Specifically, developed products must pass audits and validations of the VA 508 compliance office standards and policies. The vendor will work directly with the VA 508 compliance office to ameliorate any discrepancies until products are in compliance. The VA 508 compliance office standards checklist can be found at: //www.section508.va.gov. Scope of Work: The vendor shall design and implement design changes with new colors, styles to the existing overall design, with at least 2 feedback sessions with the GRECC team. The vendor shall ensure the LMS is compatible with mobile devices including tablets and smart phones. The vendor shall install and ensure the functionality of a standardized webinar platform on the LMS. At minimum, the webinar platform must be able to record and archive webinar events, include chat feature, provide built-in audio, allow screen sharing, poll participants, and display presentation slides using Microsoft outlook tools. The vendor shall develop and install a resource tool with the ability to filter and sort various resources. The tool shall be structured as a table, with each row representing one tool/resource. There shall be a sortable header for each category that contains a static list of pre-defined categories. Upon selecting the specific category, the data shall adjust to only resources related to the selected resource. Clicking on any one column shall enable sorting in the data in specific column. The vendor has the option of either using the built in Moodle calendar, or developing a custom calendar, that shall be implemented on selected VLC pages. The vendor shall install and configure a search plug-in on the LMS. The search tool will enable users to identify materials, courses, events, forums, etc. by relevant criteria. The search function shall be accurate and precise with search results. The vendor shall provide and maintain a testing environment for the LMS. Testing environment shall be backed up weekly to ensure environment is current for the GRECC service. The vendor shall provide online, recordable training to GRECC service regarding LMS-related development, as needed. Training needs shall be determined by GRECC service. Total training hours shall be no less than 8 hours per contract year. Training sessions shall be recorded and provided to GRECC service. The vendor shall provide services in Senior Learning Management Systems and e-Learning Systems Architect. The vendor shall work alongside GRECC subject matter experts to develop up to fifteen 15 minute case studies in SCORM packaged course modules per contract year. The GRECC service shall provide content to the vendor. Each case study will last no longer than 20 pages in total content, not counting administrative pages. Each module shall include up to 15 knowledge check questions, a post-test and evaluation. The LMS and course modules shall include user tracking/monitoring tools for GRECC reporting purposes. Integrate video and/or additional media within course modules (audio, photos, simulation, graphics) as needed. Collaborate with GRECC to meet Continuing Education accreditation requirements regarding course module formatting and content. The vendor shall provide written instructions for GRECC service to install SCORM modules on the LMS. Each contract year shall convert up to 15 hours of GRECC recorded webinars into SCORM modules. The vendor shall ensure products meet VA Office 508 Compliance standards and policies and receive approval from said office. The vendor shall provide services in Senior Learning Management Systems and e-Learning Systems Architect in updating and maintaining the VLC. Target Audience: Primary care providers, including physicians, and other healthcare professionals; social service providers; and faculty, including primary care staff. General Requirements: Task 1: Program and Project Management At a minimum, prepare monthly status reports to keep the GRECC informed of project status as part of a quality assurance plan. Work with the GRECC to define reports during kickoff meeting. Conduct weekly check-in call with GRECC staff. Task 2: Functionality Products and updates must be compatible with existing Moodle-based open-source platform (Moodle 3.2) and a Bootstrap theme at www.gerischolars.org; Case conferences and webinars will be designed according to the Analysis, Design, Development, Implementation, and Evaluation (ADDIE) model as the instructional design framework; Provide capability to access platform and all content from mobile devices or PC s and both inside and outside of the VA firewall. Custom themed modules to complement existing Moodle-based LMS. Provide VA with capability to extract and analyze user data regarding learner usage/progress through a course. Task 3: Section 508 Compliance All updates and products must comply with Section 508 of the Rehabilitation Act of 1973 and be approved by the VA 508 Compliance Office. Task 4: Technical Support and Training Provide technical support to GRECC staff members and provide training opportunities to enable them to self-monitor the platform, run reports, develop future courseware, and other support as needed. At least 8 hours per contract year. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 541519. Responses to this notice must be submitted in writing via (email) and must be received not later than August 15, 2017 at 10:00AM EST. Email: safa.shleiwet@va.gov. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and socio-economic category. Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ). A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N1012/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-1012 VA242-17-N-1012.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3717186&FileName=VA242-17-N-1012-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3717186&FileName=VA242-17-N-1012-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04619112-W 20170810/170808233526-d98dfb7bf94a666b661fe939338f4d63 (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.