Skip to main content

An official website of the United States government

You have 2 new alerts

DG10--508 Compliant eLearning Website Hosting

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 22, 2024 02:14 pm EDT
  • Original Response Date: May 28, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 26, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Department of Veterans Affairs James J. Peters Medical Center Bronx , NY 10468
    USA

Description

The Department of Veterans Affairs Network Contracting Office 2 is issuing this sources-sought notice as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for Section 508 compliant eLearning development and LMS hosting services, at the James J. Peters VA Medical Center (130 West Kingsbridge Road Bronx, NY 10468). The result of this market research will contribute to determining the method of procurement. The North American Industry Classification System (NAICS) Code is 518210 Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services STATEMENT OF NEED: The James J. Peters VA Medical Center anticipates a requirement for Section 508 compliant eLearning development and hosting services for their Moodle-based Learning Management System (LMS). This existing web-based education and training website through the VISN 2 Geriatric Research Education and Clinical Center (GRECC) provides a vast amount of Section 508 compliant eLearning materials in the form of html, .pdf, and SCORM compliant modules to a diverse learner population. The current requirement is for a) Section 508 compliance enhancement for the 14 SCORM-based course modules, education materials and supporting documents; b) technical server and software hosting, updating, and monitoring and c) assisting with maintenance of the existing custom courses and other Moodle customizations created over the past 10 years. Servers must support a minimum of 200 simultaneous learners at any given time, a minimum of 10,000 registered learners, and be flexible to program growth. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information and does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform the above-listed service requirement are invited to submit a response to this Sources-Sought Notice by May 28, 2024, at 12:00 pm ET. Please submit your response in accordance with the following instructions: Responses shall be no more than 5 pages in length. Detail your firm s technical capability to deliver the requirement described above and include responses to the Specific Response Items listed in the section below. All responses must be emailed to the Point of Contact listed on this notice. Mark your responses as Proprietary Information if the information is considered business sensitive. No marketing materials are allowed as part of your response. The Government will not review any other information or attachments included in your submission that exceed the 5-page limitation. SPECIFIC RESPONSE ITEMS: Responses must include the following information: General information about your company to include: Company Name: Company Address: Company UEI: Point of Contact Name: POC Phone Number: POC Email Address: Company Website (if available): Business Size/Type: (Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUB Zone Small Business, Women Owned Small Business, Small Disadvantaged Business (SDB), Small Business Concern, or Large Business) FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be SBA certified, which is available at: https://veterans.certify.sba.gov/. Please include a copy of your VetCert certification with your response. A description of what supplies/services your company primarily provides. A description of your company s experience providing Section 508 compliance enhancement and software hosting services. Does your company currently have capabilities to provide the required services? Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at http://www.sam.gov. No solicitation document is currently available; this notice is to acquire information only.

Contact Information

Contracting Office Address

  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 26, 2024 11:55 pm EDTSources Sought (Original)