Veterans Affairs



5. PROJECT NO. (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 10-83)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 NSN 7540-01-152-8070PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(No., street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)110A0000107-22-2016776-16-4-7310-0412HI16-1100776Department of Veterans AffairsProgram Contracting Activity Central6150 Oak Tree Blvd, Suite 300Independence OH 4413100776Department of Veterans AffairsDepartment of Veterans Affairs6150 Oak Tree Blvd, Suite 300Independence OH 44131To all Offerors/Bidders VA701-16-R-0123 Xxx1** HOUR & DATE for Receipt of Offers is EXTENDED to:8/11/2016 1:00pm eastern local timeThe purpose of Amendment A0001 to solicitation VA701-16-R-0123 is to make the following changes:1. Answers technical questions concerning this solicitation.2. Extend the due date of proposals to August 11, 2016 at 1:00pm eastern local time.3. All other terms and conditions remain the same. Laurie WalkerContract Officer CONTINUATION PAGE Can the Government clarify that any subcontractor past performance must come from a major subcontractor?Answer: Per Volume II Past Performance Factor of the RFP - Offerors shall submit all Government contracts and/or commercial contracts (prime contracts, task/delivery orders, and/or major subcontracts) in performance at any point during the three [3] years immediately prior to the proposal submission date, which are relevant to the efforts required by this solicitation. Areas of relevance include all objectives addressed in the HIS 16-11 Professional and Technical Services PWSOn the RFP's Tech Factor A3 section, in describing experience in large-scale health networks, is the contractor's experience cited here required to match or cross-walk with that cited in the past performance volume?Answer: Yes The RFP states the following requirement for Volume II: “Offerors shall submit all Government contracts and/or commercial contracts (prime contracts, task/delivery orders, and/or major subcontracts) in performance at any point during the three [3] years immediately prior to the proposal submission date” (36). Question: What is the minimum number of performances that the prime contractor and major subcontractor(s) may submit?Answer: There is no minimumThe following is stated under the Past Performance Evaluation Approach section of the RFP: “Offerors are cautioned that the Government will review available past performance data available in the Past Performance Information Retrieval System (PPIRS)” (46). Question: If the offeror has past performance rating in CPARS, does the Government require past performance questionnaires?Answer: This is not mandatory, but provides more detail of past performance than CPARS. i.e. the questionnaires allow the respondent to elaborate on excellent past performance with detail. The RFP states that a Past Performance contract should be for projects “relevant to the efforts required by this solicitation. Areas of relevance include all objectives addressed in the HIS 16-11 Professional and Technical Services PWS (Section D, Attachment A)” (36). Question: Does a Past Performance need to be submitted as documentation for each project discussed in the proposal?Answer: This is up to the potential offerorIn this RFP, a major subcontractor is defined as “one which will be providing more than 20% of the total proposed price or more than 25% of the total labor force” (46). Question: What is the preferred documentation evidence to demonstrate each major subcontractor’s percentage of the proposed price or total labor force?Answer: there is not preferred documentation – this section is left to the individual offeror. Will the contractor have access to sensitive personnel information (SPI) or personal health information (PHI)? ANSWER: NO. However, a Non-Disclosure Agreement is necessary to cover NON SPI and NON PHI content that the vendor may be exposed to. Please clarify number of records. ANSWER: ZEROPlease clarify which specific PWS tasks have the potential for exposure to PII/PHI. This will ensure that we have the proper security clearances for contract and subcontract project team members. ANSWER: The required security clearance level was considered by the Government and the level is clearly listed in Paragraph 8.0 Security of the PWS.Please clarify what constitutes the one page resume (e.g., one page resume for each key resource, one page resume summarizing the team’s resource’s capabilities, what components should be included in the one page resume) ANSWER: For each key individual, provide a business resume or a CV for physicians’ listed academic credentials and work history related to the PWSWhere should the one page resume be placed within the proposal?ANSWER: All professional resumes or CV’s belong in the section on Key Personnel.Is a glossary of abbreviations/acronyms required? ANSWER: YesWhere should the abbreviations/acronyms be placed within the proposal?ANSWER: Please insert the abbreviations/acronyms as text as an ATTACHMENT, after the body of the proposal.The RFP requires that information be provided for key personnel. Will the government identify the key personnel required for this program?ANSWER: No. In the Offeror’s response, each proposal should offer competent personnel who can immediately begin working on the deliverables, as defined in the PWS. Please confirm that, according to the RFP, resumes are not required in the proposal.ANSWER: Resumes, per se, are not needed. However, each Offeror must clearly answer this solicitation for identification of key personnel proposed and their duties and responsibilities as related to the requirements in the PWS.What is meant by "some PWSs may require that the Contractor perform the work on-site at a Government facility"?ANSWER: When travel is required, the Contractor will work on-site at Government owned property. Routine work will be done by contractor staff in contract space in a virtual manner.If on-site work is required, please clarify at what Government facility the Contractor resources are required to work (and how many of the Contractor resources are required to work on-site). ANSWER: When travel is required, the Contractor will work on-site at Government locations listed in PWS Paragraph 4.4. Please see table below identifying number of trips and personnel required.Base PeriodEstimated DestinationsApproximate Number of tripsApproximate Number of Contractor Personnel required per tripApproximate Number of days per tripWashington, D.C.634Saint Petersburg, FL234Option Period 1Estimated DestinationsApproximate Number of tripsApproximate Number of Contractor Personnel required per tripApproximate Number of days per tripWashington, D.C.634Saint Petersburg, FL234Please confirm that the referenced “attachment C in section D” is actually the Travel Request Form VA701-16-R-0123-005 (and its duplicate VA701-16-R-0123-008) or clarify this requirement.ANSWER: Clarification: Travel documentation is required and the form is attached. Attachment C and F are duplicates. Attachment F is removed from the RFP. All other attachments remain the same.The RFP does not include the two (2) trips for three (3) contractor personnel for approximately four (4) days per trip to Saint Petersburg, FL. Please clarify what appears to be a discrepancy between the RFP and the PWS. ANSWER: Replace Section B.5 Price Schedule in the RFP with B.5 Price Schedule – Revised. The revised price schedule shall be submitted with Proposals. PRICE SCHEDULE - RevisedDefinitions:CLIN: Contract Line Item NumberSLIN: Sub-line Item NumberNSP: Not Separately PricedCONTRACT PERIOD: BASE PERIODSeptember 30, 2016 to September 29, 2017CLINCLIN DESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE0001?Interagency Project Management/Program Management of Contractor ActivitiesThis Firm-Fixed-Priced (FFP) CLIN includes all labor, material, and other costs required for the successful completion of the services detailed in PWS paragraph 5.1. 1EANSPNSP0001A?Monthly Consolidated ReportIn accordance with Paragraph 5.1. of the PWS. Reference Deliverable 5.1.A. in the PWS. 12MO???0001B?Master Project Management PlanIn accordance with Paragraph 5.1. of the PWS. Reference Deliverable 5.1.B. in the PWS.4?QTR?????0002?HEALTH INFORMATION SHARING PROFESSIONAL AND TEHCNICAL SERVICESThis Firm-Fixed-Priced (FFP) CLIN includes all labor, material, and other costs required for the successful completion of the services detailed in PWS paragraph 5.2 and associated deliverables. 1EA?NSPNSP0002A?MONTHLY BUSINESS INFORMATION STATUSIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.A. in the PWS.12MO?????0002BFIANL SUMMARY REPORTIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.B. in the PWS.1EA0002CWORK EFFORT SCOPINGIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.C. in the PWS. 12EA0002DCOMPRESHENSIVE INTERAGENCY EXECUTIVE PRESENTATIONIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.D. in the PWS.1EA0003TRAVEL (NOT TO EXCEED)In accordance with Paragraph 4.4 of the PWS. The Government anticipates the following travel; six (6) trips for three (3) contractor personnel per trip for approximately four (4) days per trip. Washington DC, Two (2) trips for three (3) contractor personnel per trip for approximately four (4) days per trip, Saint Petersburg, FL1NTETOTAL BASE YEAR$CONTRACT PERIOD: OPTION PERIOD ONE (1)September 30, 2017 to September 29, 2018CLINCLIN DESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE1001?Interagency Project Management/Program Management of Contractor ActivitiesThis Firm-Fixed-Priced (FFP) CLIN includes all labor, material, and other costs required for the successful completion of the services detailed in PWS paragraph 5.1. 1EANSPNSP1001A?Monthly Consolidated ReportIn accordance with Paragraph 5.1. of the PWS. Reference Deliverable 5.1.A. in the PWS. 12MO???1001B?Master Project Management PlanIn accordance with Paragraph 5.1. of the PWS. Reference Deliverable 5.1.B. in the PWS.4?QTR?????1002?HEALTH INFORMATION SHARING PROFESSIONAL AND TEHCNICAL SERVICESThis Firm-Fixed-Priced (FFP) CLIN includes all labor, material, and other costs required for the successful completion of the services detailed in PWS paragraph 5.2 and associated deliverables. 1EA?NSPNSP1002A?MONTHLY BUSINESS INFORMATION STATUSIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.A. in the PWS.12MO?????1002BFIANL SUMMARY REPORTIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.B. in the PWS.1EA1002CWORK EFFORT SCOPINGIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.C. in the PWS. 12EA1002DCOMPRESHENSIVE INTERAGENCY EXECUTIVE PRESENTATIONIn accordance with Paragraph 5.2. of the PWS. Reference Deliverable 5.2.D. in the PWS.1EA1003TRAVEL (NOT TO EXCEED)In accordance with Paragraph 4.4 of the PWS. The Government anticipates the following travel; six (6) trips for three (3) contractor personnel per trip for approximately four (4) days per trip. Washington DC, Two (2) trips for three (3) contractor personnel per trip for approximately four (4) days per trip, Saint Petersburg, FL1NTETOTAL OPTION PERIOD 1$TOTAL BASE + ONE (1) OPTION PERIOD$Can the Government please clarify if the requirements referred in PWS 5.1, Paragraph 1 will be technical in nature or general requirements of a program/project management nature? ANSWER: Clarification is offered about what is meant by using PMI best practices. PMI offers a published document called the PMBOK? Guide. The successful Offeror will use the principles listed within the PMBOK? and apply them in the creation of deliverables, specified in the PWS. How the Offeror will apply these principles should be explained in the management approach.The 8 healthcare information exchange-focused deliverables mentioned in Section 5.2, second paragraph, are not mentioned in the list of deliverables at the end of the section. Are the Section 6 referenced "final summary reports depicting final work effort packaging (8 summary reports)" the same as the 8 mentioned in Section 5.2, second paragraph? ANSWER: Yes. As clarification, there are eight (8) reports total that have specific content areas that are focus of each report.Many places in the solicitation refer to “meeting minutes” without specifics as to which meetings or how many. Please clarify.ANSWER: Under the Paragraph 5.2 and subheading Work Effort Scoping, it states: “…It is anticipated that this collaboration will be for an approximate duration of two (2) hours per week, involving meeting minutes and participation on weekly phone calls.” These weekly meetings will continue through the entire Period of Performance.The solicitation does not explicitly refer to Government Furnished Equipment (GFE). Will the Government be providing GFE for this solicitation? ANSWER: No. It is not expected that GFE will be required. However, the Offeror must have installed sufficient internet capable workstations and current Microsoft Office software to create, update, and transmit the electronic deliverables required in the PWS.Is the glossary of abbreviations required to be included with our submission or is this optional?Answer: Glossary of abbreviations is required.Please confirm that information not included in the contract references, such as an introduction and/or responses to Section 3 – Subcontracts and Section 4 – New Corporate Entities are permitted outside the 3-page contract write-ups and do not have a page limit.Answer: Each response to Section 3 and Section 4 are independent of the 3-page past performance.Please confirm that the Government is requesting a detailed technical approach that addresses the requirements detailed in PWS Section 5.0 in addition to addressing overall understanding of the scope.Answer: This is to confirm that the Government is requesting a detailed technical approach that addresses the requirements detailed in PWS Section 5.0 in addition to addressing overall understanding of the scope.Are specific roles required to be designated as key personnel or is this up to the discretion of the offeror? If the former, please provide the required key personnel roles.Answer: The details of the Offeror’s staffing plan is up to the discretion of the offeror and should address the PWS.The proposal instructions under 2) c) exclude a one page resume from the page count. Is a one-page resume required and if yes, is this resume in addition to the Key Personnel information requested within the Management Approach on p. 36 of 63 of the RFP (Section E.2, (B)(1)(a), i-v.) and (B)(3)? If yes, which key personnel role(s) require a one page resume and how is the information provided in the resume(s) to differ from that provided within the management approach in response to requirements (B)(1) i.-v. and (B)(3)?Answer: Make certain that Key Personnel information includes the information listed in i. through v. It may be in resume format, but must contain all of this information in i. through v.Identification of key personnel proposed and their duties and responsibilities as related to the requirements in the PWS. The offeror shall address qualifications, education, availability, and specific experiences that are directly related to the requirements demonstrating the requisite interagency skills (preferably VA and DoD interagency Professional and Technical Services work). The management approach shall also address the process of tracking, training and shall address non-compliance of policies and procedures that are identified in the PWS. Would the Government please clarify this requirement? Specifically, do the tracking, training activities pertain to the Offeror’s compliance with policies and procedures identified in the PWS? If separate, please.Answer: Yes, the tracking, training activities pertain to the Offeror’s compliance with policies and procedures identified in the PWS.The instructions reference HIS 16-11 Professional and Technical Services PWS (Section D, Attachment A). However, the PWS attachment, numbered VA701-16-R- 0123-003, does not contain a Section D. Please clarify.Answer: Any references to section D refer to the RFP section D “Contract Documents, Exhibits, or Attachments” . This Section in the RFP identify the attachments associated with the solicitation.Are the Past Performance Questionnaires required or optional? If optional, will non- receipt of a questionnaire have a negative impact on past performance evaluation?Answer: Past Performance Questionnaires are preferred. The questionnaires allow for expansion on performance. If questionnaires are not received past performance will be reviewed through CPARS and PPIRS. If there is no past performance records in CPARS and PPIRS then the past performance will be rated as “Neutral”.The Consolidated Monthly report is a major deliverable describing progress and activities and “will involve highly complex content about Interoperable Electronic Health Records that is expertly written.” Each report will have a minimum total of 50 pages. Will the Government provide a detailed outline or example copy of the Consolidated Monthly Report to provide a clearer view of the expected content and associated Level of Effort?Answer: There are no example copies. However, a outline of what is included in all eight (8) reports is provided in the attachment to this amendment titled “Attachment Example Outline for Eight Deliverables”. The Monthly Business Information Status is a major deliverable providing summary updates, status/progress updates and “will involve highly complex content about Interoperable Electronic Health Records that is expertly written.” Each report will have a minimum total of 50 pages. Will the Government provide a detailed outline or example copy of the Monthly Business Information Status to provide a clearer view of the expected content and associated Level of Effort?Answer: There are no example copies. However, an outline of what is included in all eight (8) reports is provided in the attachment to this amendment titled “Attachment Example Outline for Eight Deliverables”. The Final Summary Reports are major deliverables that “will involve highly complex content about Interoperable Electronic Health Records that is expertly written Interagency Activity Comprehensive Reporting to be used for executive level, Congressional Reporting on Interagency Interoperability and Innovation” Each report will have a minimum total of 150 pages. Will the Government provide a detailed outline or example copy of a Final Summary Report to provide a clearer view of the expected content and associated Level of Effort?Answer: There are no example copies. However, an outline of what is included in all eight (8) reports is provided in the attachment to this amendment titled “Attachment Example Outline for Eight Deliverables”. The Comprehensive Interagency Executive Presentation is a major deliverable containing “Highly Complex, Expertly written” content. Each report will have a minimum total of 200 pages. Will the Government provide a detailed outline or example copy of a Comprehensive Interagency Executive Presentation to provide a clearer view of the expected content and associated Level of Effort?Answer: There are no example copies. However, an outline of what is included in all eight (8) reports is provided in the attachment to this amendment titled “Attachment Example Outline for Eight Deliverables”. The Government states that the format of several of the deliverables will follow the Publication Manual of the American Psychological Association (APA), Sixth Edition. Will a copy of the manual be provided to the contract awardee?Answer: NoSchedule B seems to indicate that invoicing for CLINs 0002B and 1002B will be once a period, however the corresponding Deliverable 5.2B in the PWS indicates that there are to be 8 summary reports, and that each report will have a minimum total of 150 pages with technical references.Answer: Please change to read “one (1) final summary report that incorporates all of the accumulated content of the 8 reports”.Is there an incumbent on this effort? If so, what is their name?Answer: No, there is no current contract and no current incumbent for this effort.For task 5.1, is there an existing Master Project Plan that would become the responsibility of the winning Contractor or does the VA expect the Contractor to create a new, comprehensive PMP after award? Answer: The Contractor is expected to create a new, comprehensive PMP after award.The RFQ makes repeated mention of the Publication Manual of the American Psychological Association (APA), Sixth Edition as the standard to apply to all written report deliverables. Is the VA open to other publication standards? Answer: No. The standardized approach to this work should be scientific, professional, and objective. The APA manual is commonly used in scientific work and in professional publications. Is there a specific reason to select this manual as the standard as opposed to current VA style guides and/or other guides? Answer: The standardized approach to this work should be scientific, professional, and objective. The APA manual is commonly used in scientific work and in professional publications. For 5.2, on page 10, the VA states that it is seeking expert technical services to develop reports to address eight specific areas - (1) improving the exchange of medical images; (2) addressing enhancements the continuity of care process for external DoD care; (3) enhancing the clinician user experience with current Graphical User Interfaces (GUIs); (4) improving the exchange of anesthesia information for interagency cases involving surgery; (5) improving interagency clinical processes where patients are cared for simultaneously by VA and DoD; (6) examining the impact of data quality for interoperable Electronic Health Records; (7) evaluate commercial best practices for interoperability in large health care settings; and (8) perform an expert review of the published scientific literature on the current use of an interoperable electronic health records (E H R). Are there current versions of these reports that the VA can share to provide insight as to the content and detail the VA expects to receive? Answer: NoTo what extent does the VA expect the Contractor to conduct independent investigations (beyond literature reviews) to develop the information for each of these reports? Answer: With the government staff who will work with the successful Offeror, expectations are for original thinking, innovative ideas, creativity, and commercial best practices should be part of the dynamics of creating these professionally written deliverables. Is there additional travel expected (to VA facilities, medical centers, etc.) to prepare these reports? Answer: NoDoes the government expect the Contractor to participate in and/or represent the VA at meetings of various Standards Development groups (HL7, ONC, OMG, etc.) as part of this effort? Answer: No. The experience listed for Key Personnel is expected to demonstrate capabilities with standards and knowledge of the outcomes of Standards Development groups.Is our understanding correct in that the content for these eight areas to be covered in each of the monthly reports mentioned on page 10 and the one summary report mentioned at the top of page 11 is separate from the Work Effort Scoping deliverable which specifies five distinct and different areas - (1) the determination of resources needed for effective interoperability; (2) provide expert facilitation of Subject Matter Experts to elicit responses to most effective organizational efforts using Lean Six Sigma techniques; (3) execution of engagement over a five year planning horizon of E H R interoperability; (4)estimated complexity and calculated organizational benefits for interoperability; and (5) a five year look ahead, “go-forward” strategy for Interoperable EHRs to be used for Senior Executive Service level reporting by government managers?Answer: Yes. With respect to Work Effort Scoping deliverable, are there current iterations of this document? Answer: No. In post award discussions, the Government will provide an outline and in those post award discussions, provide a very clear view of the expected content to be included. Is there current version of this report that the VA can share to provide insight as to the content and detail the VA expects to receive? Answer: No. In post award discussions, the Government will provide an outline and in those post award discussions, provide a very clear view of the expected content to be included. To what extent does the VA expect the Contractor to conduct independent investigations (beyond literature reviews) to develop the information for this report? Answer: The Offeror is expected to have Key Personnel who have expertise in the areas outlined in the PWS. With the government staff who will work with the successful Offeror, further expectations of original thinking, innovative ideas, creativity, and commercial best practices should be part of the dynamics of creating these professionally written deliverables. Is there additional travel expected (to VA facilities, medical centers, etc.) to prepare these reports? Answer: No Does the government expect the Contractor to participate in and/or represent the VA at meetings of various Standards Development groups (HL7, ONC, OMG, etc.) as part of this effort? Answer: No. The experience listed for Key Personnel is expected to demonstrate such capabilities with standards and knowledge of the outcomes of Standards Development groups.With respect to the final Comprehensive Interagency Executive Presentation, is this solely to be a written report (aka MS Word File) or a combination of MS Word and other files (e.g., PowerPoint)? Answer: The executive presentation will include a variety of Microsoft Office file types that will include WORD, PowerPoint and Excel to properly capture and professionally present the content. If so, is the same standard - the Publication Manual of the American Psychological Association (APA), Sixth Edition – to be used? Answer: Yes so that all deliverables are standardized.See attached document: Attachment Example Outline for eight deliverables. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download