DOCUMENT
D -- PORTLAND PAGING TOWER 167 MHz paging system tower access - Attachment
- Notice Date
- 8/9/2016
- Notice Type
- Attachment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
- ZIP Code
- 98327
- Solicitation Number
- VA26016Q0811
- Response Due
- 8/15/2016
- Archive Date
- 8/25/2016
- Point of Contact
- Robert E. Lentz
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT NOTICE in support of the PORTLAND VA MEDICAL CENTER in PORTLAND, OR, for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Robert E. Lentz at robert.lentz2@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by August 15, 2016, at 1600 PDT. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 334220-Radion and Television Broadcasting and Wireless Communications Equipment Manufacturing. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than 1,250 Employees. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Portland VA Medical Center to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov). DESCRIPTION OF THE REQUIREMENT: 1.Title of Project: Portland VAMC Pager relay service (renewal). 2. Scope of Work: Installation and technical support for the Portland extended Medical Campus pager relay service for the Portland VAMC located in Portland, OR. The goal is to extend medical alerts for life safety to the Portland VAMC, Hillsboro CBOC, and West Linn CBOC as well as the Oregon Health and Science University and surrounding area. Onsite maintenance is not required. 3. Background: The Portland VAMC currently employs Government and contracted Medical Providers at the VAMC and CBOCs located near to Portland OR and the Oregon Health and Science University. Due to the geographical diversity of the Portland area, line of site signal is obscured and several areas that the medical staff is deployed within greater Portland are out of the signal. 4. Performance Period: The period of performance (POP) shall be one base year from date of award and include four (4) option years. 5. Type of Contract: Firm-Fixed-Price placed contract. 6. Place of Performance: Place of performance will be at contractor's location. The contractor is required to receive signal from the Portland VAMC either by direct radio reception of pager system signal produced the Government owned transmitter or by "dry pair" furnished by the contractor to the Government's equipment room. The primary point of technical information for this offering is: Eric Lyerla 3710 SW US Veterans Hospital Road Portland OR 503-721-7831 7. Performance Based Contract: N/A B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks outlined in this SOW until the Contracting Officer (CO) has conducted a kick-off meeting or has advised the contractor that a kick-off meeting is waived. C. GENERAL REQUIREMENTS 1.All services shall be provided in a timely manner. Prolonged delay in resolving problems will be noted in the Government's various past performance records on the Contractor (e.g., www.ppirs.gov) and may result in contract termination or consideration for the Government. 2.All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: Specific requirements are: Pager relay service for medical alerts originating from Portland VAMC 24 x 7 access to technical support 99.99% uptime per year E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Optional Task One: N/A Optional Deliverable One: N/A F. SCHEDULE FOR DELIVERABLES N/A G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO or the Contract Officers Technical Representative (COTR). A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO/COTR shall be borne by the contractor. H. REPORTING REQUIREMENTS 30 notice of scheduled downtime and hourly notice of service re-establishment after disruption or outage. Reporting of service outage and disruption should be directed to the Facility CIO or designee. I. TRAVEL [If applicable] N/A J. GOVERNMENT RESPONSIBILITIES [If applicable] N/A K. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL N/A L. CAPABILITY MATURITY MODEL FOR SOFTWARE INTEGRATION [If applicable] N/A M. ARCHITECTURAL GUIDELINES [If applicable] N/A - Existing System N. SECURITY Contractor Personnel Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard order language, conditions, laws, and regulations. The contractor's firewall and web server shall meet or exceed the Government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the COTR or FCIO as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification and accreditation. The contractor will meet all VA Cyber Security Requirements (as outlined in VA Directive 6210). VAAR- 852.273-75 "SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES" (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov. All contractor employees and subcontractors under this order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Policy Training Course (https://www.ees-learning.net/dod/loginhtml.asp?v=dod) annually. Contractors shall provide electronic signed certifications of completion to the Contracting Officer's Technical Representative (COTR) during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Upon completion of the courses, contractor employees will be able to print certificates that should be retained for the fiscal year. For contractor employees who do not have access to veteran information, there are three choices available: "Review the 25-minute privacy video: "Privacy: It's Everyone's Business," available at each OI Field Office; "Complete the on-line VHA Privacy Policy Training course indicated above; or "Complete the on-line VA Privacy Awareness Training available at http://vaww.privacyawareness.aac.va.gov. Access to the VA Network is required; therefore, this may not be an option for some contracted staff. Upon completion of the course you will be able to print a certificate that should be retained every fiscal year. Points of Contact if you have any questions regarding the privacy training requirement, please contact Sara Ruth A Odell 503-220-8262-56015 VA's Employee Education System (EES) is responsible for the VHA Privacy Policy Training web site. If you have difficulty accessing the course or registering for the course, please contact the EES Privacy Help Desk at eesprivhlpdsk@lrn.va.gov. The contractor and his/her personnel shall follow all federal government policies, standard operating procedures, applicable laws and regulations while on Federal Government property. Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law. The contractor and his/her personnel shall wear visible identification at all times while he/she is on the premises. It is the responsibility of the contractor to park in the appropriate designated parking areas. The Government will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside/outside any building other than the designated smoking areas. Possession of weapons is prohibited. The contractor shall obtain all necessary licenses and/or permits required to perform the work. The contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this order. The contractor shall maintain physical security at all facilities housing the activities under this Performance Work Statement, including any subcontractor facilities. All personnel who are provided access to patient data must comply with published procedures to protect the privacy and confidentiality of such information as required by the Department of Veterans Affairs. Contractor must adhere to the following: "Controlled access to system and security software and documentation. "Recording, monitoring, and control of passwords and privileges. "All terminated employees are denied physical and logical access to all data, program listings, data processing equipment and systems. "VA, as well as any contractor (or subcontractor) systems used to support testing, provide the capability to cancel immediately all access privileges and authorizations upon employee termination. "All contractor and Government employees are informed within twenty-four (24) hours of any employee termination. "Acquisition Sensitive information shall be marked "Acquisition Sensitive" and shall be handled as "For Official Use Only". All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be subject to a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 1.Background Investigation Minimum risk is associated with this acquisition as contractor staff will not be working at a VA Facility and will not be accessing VA networks or data. In accordance to Handbook 0710, no background investigation is required. All other tasks & requirements outlined in this SOW do not require the contractor to be on-site or have access to VA's network or to any sensitive data (patient or non-patient). 2.Contractor Responsibilities a)The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b)Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the Contracting Officer (CO) whether access to the computer systems can be authorized. c)The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d)After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel (2) Social Security Number of contractor personnel (3) Home address of contractor personnel or the contractor's address e)The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. f)Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. g)Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 3.Government Responsibilities a)The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b)Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c)The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d)The VA Security and Investigations Center (07C) will notify the Contracting Officer and contractor after adjudicating the results of the background investigations received from OPM. e)The Contracting Officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. O. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2) (A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 P. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26016Q0811/listing.html)
- Document(s)
- Attachment
- File Name: VA260-16-Q-0811 VA260-16-Q-0811.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932436&FileName=VA260-16-Q-0811-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932436&FileName=VA260-16-Q-0811-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-16-Q-0811 VA260-16-Q-0811.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932436&FileName=VA260-16-Q-0811-000.docx)
- Place of Performance
- Address: VAMC Portland Facilities;Portland, OR
- Zip Code: 97239
- Zip Code: 97239
- Record
- SN04215047-W 20160811/160809234846-360633f284523616f0b514539f78e366 (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 |