TYAD_Sect508_Remediation_Training_End_User_Support
This notice is modified to update response time to 3:00pm est; all other information remains the same. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE. This is not a solicitation. This request for capa... This notice is modified to update response time to 3:00pm est; all other information remains the same. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE. This is not a solicitation. This request for capability information does not constitute a request for proposal (RFP). This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. 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. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. 1.0 PURPOSE AND OBJECTIVES: Tobyhanna Army Depot (TYAD) is issuing this RFI as a means of conducting market research to determine the availability for Contractor performance for Section 508 document remediation, training, and end user support. Respondents shall describe how they would successfully perform each of the three services in accordance with applicable Federal, DoD, DA laws, regulations, policies and procedures. The result of this market research will contribute to determining the appropriate method of procurement for any future procurements. 2.0 SUMMARY OF SERVICE: Tobyhanna Army Depot is exploring options for Contractor performance Section 508 document remediation, training, and end user support. In support of this operation, the Contractor shall provide a staff with adequate knowledge and resources in order to perform the below subparagraphs in a timely manner. The main areas of effort for this potential requirement are document remediation; troubleshooting assistive technologies, including coordination with IT staff; end user assistance/ 508 helpdesk support; end user training; documentation of tasks and SOPs. 3.0 PROJECT REQUIREMENTS: 3.1. Document Remediation 3.1.1 The government anticipates that up to 5,000 work units may be required for development. Work units can include: • Documents (Microsoft Word, Excel, PowerPoint, Publisher; Adobe Acrobat, LiveCycle: by page and complexity per page: one page of complexity one = one work unit, one page of complexity two = two work units, etc.); • Minutes of total run time for transcription of video or audio; • Word count for voice work; • Instances of audio description insertion into existing audio. The requirements for each document vary on the type of document submitted as government furnished material (GFM). Regardless of document type, all end-products must be verified as compliant with Section 508 standards by either the Government's 508 Office or its delegate. Contractor shall evaluate documents for complexity based on the scale below and will submit task analyses to the COR for approval. Of the estimated 5,000 units, it is anticipated that the units will be approximately categorized as: • Documents, complexity 1: 1,000 • Documents, complexity 2: 1,000 • Documents, complexity 3: 1,000 • Documents, complexity 4: 1,000 • Voice Work: 750 • Audio description: 250 3.1.2 Definition of Document Page/Slide Complexity: Complexity 1 One page is equal to one (1) work unit: Text formatting, headers, sub-headers, bullets, list items, and text to background color contrast, no images or tables. Reviewing and correcting spelling, punctuation, and grammar as needed. Complexity 2 One page is equal to two (2) work units: Text formatting, headers, sub-headers, bullets, list items. Simple table (up to 5 rows and up to 5 columns of data) and/or simple image (i.e., static image, simple wire diagram, simple bar graph(1 to 4 bars) or pie chart (up to five slices) with alt tag or long description. Note: alt text or long description are required for images if the image provides meaning to the content of the page, and text to background color contrast ratio shall meet 508 standard of 4.5:1. Reviewing and correcting spelling, punctuation, and grammar as needed. Complexity 3 One page is equal to three (3) work units: Text formatting, headers, sub-headers, bullets, list items and medium table (6 rows up to 10 rows and 6 to up to 10 columns of data), or medium image complexity (i.e., static image , medium wire diagram, medium bar graph (6 to 10 bars) or pie chart (6 to 10 six slices), row/cell headers included, Note: alt text or long description are required for images if the image provides meaning to the content of the page and text to background color contrast ratio shall meet 508 standard of 4.5:1. Reviewing and correcting spelling, punctuation, and grammar as needed. Complexity 4 One page is equal to four (4) work units: Text formatting, headers, sub-headers, bullets, list items and table (11 to 20 rows and 11 to 20 columns of data, or image is of a highly complex nature (i.e., telephone wire diagram), large bar graph (11 or more bars) or large pie chart (more than 11 slices), row/cell headers included, and text to background color contrast. Note: alt text or long description are required for images if the image provides meaning to the content of the page and text to background color contrast ratio shall meet 508 standard of 4.5:1. Reviewing and correcting spelling, punctuation, and grammar as needed. Voiceover One work unit is equal to 1,000 words (approximately 6.25 minutes of total run time.) On average, conversational speech is 160 words per minute. Applying that average to total run time, one hour of work is equal to approximately 9,500 words. Individual requests for voice work may range from 1,000 - 9,500 words (approximately six minutes - 60 minutes). 1,000 words, (approximately six minutes) equal one (1) work unit: Voice recording to be completed by professional voice talent to provide clearly enunciated recordings based on government-furnished scripts. Voice recording deliverables include (but are not limited to): .wav, .mp4, .mp3, AIFF, WMA Audio Description One audio insertion equals one (1) work unit. Audio files to be augmented will be provided by the Government (COR or delegate there-of). Deliverables include augmented audio files that provide adequate description of screen interaction, thus fully complying with Section 508. Augmented audio files will match the original audio format of the task submission from the Government (COR or delegate there-of). Audio description is a vocal narration that describes what is happening on-screen, including screen interactions, pertinent facial expressions, pertinent character actions, and other unspoken aspects that are critical to people with visual impairments in terms of understanding content fully. Audio description insertions do not typically exceed 25 words each. 3.1.3 Task Order Assignments: It is anticipated that the GFM (total work units) may contain up to a total of 5,000 work units to be made compliant to Section 508 standards during the contract duration. Note: The contractor shall not proceed with a Document Task Assignment until they receive formal approval from the (COR or delegate there-of) to proceed. 3.2. Troubleshooting Job Access with Speech (JAWS) and other assistive technologies, to include coordination with Information Technology Staff. 3.3. End user assistance upon request/service ticket. The contractor shall provide helpdesk coverage Monday-Friday from 0700-1530 for the installation. This installation will roughly support 3000 users, 1400 being administrative or desk type jobs and 1600 manufacturing/shop positions. Support for this requirement will primarily be the administrative or desk type personnel. 3.3.1 The contractor shall utilize the CA Unicenter Service Desk at TYAD or other specified Army Help Desk System to acknowledge and respond to hardware maintenance service calls forwarded by the COR or authorized Government personnel. The Contractor shall utilize the Government's Service Desk System or other specified Army Help Desk System for tracking, documenting services rendered and closing out service requests and incidents. The equipment service calls will be dispatched from the COR or authorized Government representative to the Contractor. 3.4 Use of Remote Software to assist end users 3.5 Conduct assistance at end user location when required. 3.6. Conduct Training for approximately 1500 employees. Training will consist of basic, intermediate, and advanced skill levels for creating section 508 compliant products using the below applications. This training will take place in government facilities with government computers and technology. The contractor shall provide or produce all training content adhering to Section 508 standards and best practices. 3.6.1 MS Word 3.6.2 MS Excel 3.6.3 MS PowerPoint 3.6.4 Adobe PDF 3.6.5 Adobe PDF XML Scripted 3.6.6 General MS Office Suite 3.7. The contractor shall produce and provide documentation (i.e. SOP, Quick Reference Guides) for common and repetitive documents/tasks as they arise and/or change. 4.0 SUBMISSION INSTRUCTIONS & CONFIDENTIALITY: Potential Respondents shall describe how they would propose to successfully perform each of the three services, Responses to this notice shall be provided via email to the TYAD POCs listed below, no later than 1500 EST on 8 April 2019. Late submissions will not be accepted or considered after the stated timeframe. If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POC: Tobyhanna Army Depot Information Management Division Attn: Sean Fisne 11 Hap Arnold Blvd ELTY-ISI-B Ph: 570-615-9109 sean.e.fisne.civ@mail.mil Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted. No feedback or evaluations will be provided to companies regarding their submissions. Considerations will be for United States based companies only. Please mark any and all classified, confidential, or proprietary information in the organization's response accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation. Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s). 4.1 FORMAT: For clarity and consistency, TYAD requests that responses are provided in .pdf or .doc format and do not exceed ten (10) pages using 12 point Arial font. Capability statements must include the name of the organization (or organizations, if teaming), at least one point of contact, address(es) of organization(s), phone number(s), email address(es), website address(es), NAICS code(s), and size/type of ownership for the organization(s). 4.2 SMALL BUSINESS SPECIFICATION REQUIREMENTS: Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business, women-owned small business, or large business. Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability. A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization. Please reference FAR clause 52.219-14 entitled, "Limitations on Subcontracting (Jan 2017)", stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »