ADA

American Sign Language Interpreting

Summary: Contractor on an as needed basis shall furnish all personnel, equipment, transportation, supervision and supplies to provide American Sign Language (ASL) and Video Remote Interpreting. Proficiently interprets oral communications in American Sign Language (ASL), and interpreting spoken English or Foreign Language into signed English or signed Foreign language or American Sign Language (ASL), and interpreting American Sign Language (ASL), signed English or Foreign language back into spoken English or Foreign Language. Contractor must have the ability to handle the nature of the assignment(s) as stipulated in the NAD-RID Code of Professional Conduct (CPC). Accepted levels for sign language interpreters are: National Certification through National Association of the Deaf (NAD) – Registry of Interpreters for the Deaf (RID) Services will be requested for the Michael E. DeBakey Veteran Affairs Medical Center (MEDVAMC) and Community Based Outpatient Clinics that are located in Houston, Texas; Richmond, Texas; Conroe, Texas; Lufkin, Texas; Katy, Texas; Lake Jackson, Texas; Beaumont, Texas; Galveston, Texas; Texas City, Texas and Tomball, Texas. Interpreter and translation services shall be in compliance with the Americans with Disabilities Act (ADA) and Rehabilitation Act. Service request will include but are not limited to for meetings, administrative hearings, medical appointments, trainings, town hall meetings or employee one-on-ones with supervisors and/or union representatives in healthcare, court, industrial, educational, and commercial facilities.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

Foreign Language Interpreting and Foreign Language Document Translation

Summary: Contractor on an as needed basis shall furnish all personnel, equipment, transportation, supervision and supplies to provide face to face, video remote and demand Foreign Language Interpreting (FLI) and Foreign Language Document Translation (FLDT). Proficiently interprets communications in spoken English or Foreign Language into English or Foreign Language and back into spoken English or Foreign Language. Contractor must have the ability to handle the nature of the assignment(s) for interpreting languages of foreign and domestic regions where the United States has military components. Interpreters and translators must be certified through the Commission for Healthcare Interpreters (CCHI), National Board of Certification for Medical Interpreters (NBCMI), Board for Evaluation of Interpreters (BEI) or by the American Translators Association. Services will be requested for the Michael E. DeBakey Veteran Affairs Medical Center (MEDVAMC) and Community Based Outpatient Clinics that are located in Houston, Texas; Richmond, Texas; Conroe, Texas; Lufkin, Texas; Katy, Texas; Lake Jackson, Texas; Beaumont, Texas; Galveston, Texas; Texas City, Texas and Tomball, Texas. Interpreter and translation services shall be in compliance with the Americans with Disabilities Act (ADA) and Rehabilitation Act. Service request will include but are not limited to for meetings, administrative hearings, medical appointments, trainings, town hall meetings or employee one-on-ones with supervisors and/or union representatives in healthcare, court, industrial, educational, and commercial facilities.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

DAU – Earned Value Management

Summary: The Washington Headquarters Services (WHS) Acquisition Directorate (AD) is conducting market research to locate qualified, experienced and interested small businesses to update the entire EVM101 content to the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric for the Defense Acquisition University (DAU). Introduction: WHS/AD is seeking information on behalf of Defense Acquisition University for potential sources to provide personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services necessary in support of their Earned Value Management effort. This Sources Sought Notice is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. This notice neither constitutes a Request for Proposal (RFP), nor does it restrict Washington Headquarters Services, Acquisition Directorate (WHS/AD) to the ultimate acquisition approach. No contract will be awarded from this announcement. No reimbursement will be made for any cost associated with providing information in response to this announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation or Performance Work Statement (PWS). Responses in any form are not offers. Background: EVM 101 is an online learning asset that provides the overall, comprehensive coverage of EVM knowledge and concepts needed to help function as EVM analysists. The course introduces EVM policy, analysis, and management processes as they apply to DoD integrated program management. The course length is about 10 hours and utilizes EVM data to discuss performance measurement, analysis, and estimation. Acquisition Data and Analytics (ADA) is a directorate within Acquisition Enablers of the Office of Under Secretary of Defense for Acquisition and Sustainment, OUSD(A&S), who manages the overall EVM policy and implementation for the department. ADA, then Acquisition Analytics and Policy (AAP), released a new Data Item Description (DID) for EVM in June 2020, Integrated Program Management Data and Analysis Report (IPMDAR). IPMDAR superseded all previous EVM DIDs; Integrated Program Management Report (IPMR), Contract Performance Report (CPR), and Integrated Master Schedule (IMS). Objective/Scope: The objective of this effort is to to update the entire EVM101 content to the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric. This will also include develop course materials and supporting materials (exercise, examples, test bank, etc.). The contractor shall not include any contractor specific propriety information or software in the course updates. An EVM SME is required with up-to-date knowledge and understanding of all policy and organizational changes relative to DoD EVM. The EVM SME should also possess keen insight into IPMDAR data structure, IPMDAR data analysis with their Integrated Program Management values and benefits, the DID requirements, and the CDRL implementation. The EVM SME shall collaborate with the contractor’s ISD team in the storyboards development phase to ensure the content meets the course objectives and materials communicated clearly to the audience. Specific Tasks Include: Project Management The Contractor shall provide project level management and ensure adequate controls are in place to successfully meet all requirements this task order. Project Management Plan (PMP) The Contractor shall prepare a Project Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance, and schedule requirements throughout Task Order execution. The Contractor shall develop and submit a Project Plan for DAU approval, to include: Comprehensive Plan Describe program management processes and procedures, roles/responsibilities, project specific assumptions, identified risks, schedule and project controls. Integrated Schedule Plan and schedule must identify necessary project phases as well as key decision points, draft and final deliverable dates, and other actions requiring government input. A component of the schedule shall be weekly status/progress meetings. The contractor development team shall support (via telecom) weekly meetings during which the contractor will provide schedule/technical status updates for this development effort and address any issues or risks. Design The Contractor shall perform design in accordance with the TO requirements and submit a design document. The design document shall establish detailed design parameters including but not limited to delivery modality/modalities, length, audience, instructional technology needs, learning goals/objectives, assessment methodology and instruments, types and integration of media elements, and detailed course outline that includes order and method of content presentation, activities and learner engagement descriptions, and required supporting GFI lists and references. This will also include TLOs/ELOs development Development The Contractor shall develop and submit learning assets in accordance with the design document and the TO requirements. The Contractor shall submit draft and final deliverables to include but not limited to storyboards, programmed lessons, instructor support package, and student materials, in accordance with the TO requirement The Contractor shall develop assets which may include, but are not limited to the following: – Online Training (OLT) The Contractor shall deliver asynchronous learning assets that enable students to successfully master the course learning objectives in accordance with the course design document and the TO. 1. Utilize DAU approved courseware development tools when designing and developing the student interfaces for the courses. 2. Create criterion referenced exams that provide questions addressing each learning objective within the course in accordance with DAU policy. The Contractor shall develop an interactive online learning asset utilizing approved design and PoC deliverables. The contractor shall use the latest EVM policy, with a special focus on converting the contents from IPMR-centric to IPMDAR-centric. The content shall include updated knowledge and understanding of all policy and organizational changes relative to DoD EVM IPMDAR data structure IPMDAR data analysis with their Integrated Program Management values and benefits DID requirements, CDRL implementation. Storyboards the Contractor shall identify, develop and submit for DAU review and approval, storyboard lessons based on TLOs and ELOs provided by the GFI. The storyboards shall be delivered via the DAU DART tool. All CRs identified during government reviews will be addressed; the contractor will incorporate the government approved changes following the DAU standard courseware development standards. Programmed Lessons – the Contractor shall deliver programmed lessons to include all completed, fully developed elements, as represented in the final 3D, necessary for learners to receive the intended training. The contractor shall develop and deliver all materials as required by the final DD. These materials may include the following: Readings, articles, and reference texts. Case studies, scenarios, and “real world” examples. Surveys, review questions/quizzes, discussion questions, sims. Videos, interactive media, charts, graphs, images. Exams and assessments Learner Assessment – the Contractor shall develop and deliver assessment materials that align to approved performance outcomes and are in accordance with the design document, DAU guidelines, and the TO requirements. Maintenance Plan The Contractor shall deliver a learning asset maintenance plan in accordance with TO requirements. All final materials and resources shall be delivered to DAU in electronic format via the DAU implementation of Blackboard (https://myclass.dau.edu). Source files for all components developed by the Contractor shall be included in this delivery. The Contractor shall provide a Maintenance Plan containing any information or instructions that DAU or another vendor will need to successfully make changes to the course. The Contractor shall verify that all developed materials and files (non-GFI) are suitable for distribution in the Government/public domain and that no infringement of private copyright, trademark, or licensing, or data rights exists. All final products shall be delivered to the Government in electronic media. The contractor shall load all the course-related documents and final Defense Acquisition University (DAU) approved deliverables (editable source files, project plans, design documents, etc.) to Defense Acquisition University (DAU) on to the DAU Blackboard content system upon final acceptance by the Government. The Government will retain rights and license to the use of any and all course materials developed for the Course. Security Clearance: NA Anticipated Period of Performance: One (1) Base Period of 12 months. Place of Performance: The Contractor will perform the work at a location secured by the Contractor. Anticipated Contract Type: Not applicable. NAICS: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511 “Custom Computer Programming Services” Estimated Dollar Value: Not applicable. Submission Details: Interested businesses having the capabilities necessary to provide the specified services may submit capability statements (no more than eight (8) pages, cover page not included in page limit) demonstrating their ability to perform the specific tasks listed to the following: WHS/AD Contracting Point of Contacts: Mr. Jerome Doe, Contracts Specialist Ms. Darlene V. Ervin, Contracting Officer Email: jerome.n.doe.civ@mail.mil Email: darlene.v.ervin.civ@mail.mil The Subject Line should state the following: So

Vehicle: IT 70

RFP release date: 7/21/2021

Proposal due date: 7/27/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com