Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
DOCUMENT

C -- 770-18-2-868-0003 - A&E - National Engineering Support Services - National CMOP - Attachment

Notice Date
1/19/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;National CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
36C77018R0231
 
Response Due
1/29/2018
 
Archive Date
2/8/2018
 
Point of Contact
Leah Thurman
 
E-Mail Address
4-0136<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award Engineering Support Services for the National CMOP Office. See the Draft Performance Work Statement for responsibility s. The proposed project is anticipated to be a multiple award, firm, fixed-price requirement. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with two each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541330. The Small Business Size Standard for this acquisition is $15M. Please limit your response to this synopsis to five pages and please include the following information: Your company s name, addresses, point of contact, phone number, and email address. Your company s interest in submitting a proposal on the solicitation when it is issued. Your company s capability to meet the requirements. Your company s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer s name, phone number and address, period of performance, and dollar value of the project. Your company s Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). Your company s Joint Venture information (if applicable and include copy of agreement) existing and potential Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm s capabilities to the tasks in the draft PWS so that your firm s capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 4:00 PM (CT) on January 29, 2018. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 3450 S. 4th Street, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov. Please reference the following solicitation number in the subject line of all correspondence submitted: 36C77018R0231. DRAFT: Performance Work Statement qwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmrtyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnmqwertyuiopasdfghjklzxcvbnm Background The Department of Veterans Affairs (VA) National Consolidated Mail Outpatient Pharmacy (CMOP) program serves over 7 million enrolled Veterans, dispensing over 110 million prescriptions per year for Department of Veterans Affairs Medical Centers (VAMC s) and Community Based Outpatient Clinics (CBOC s) throughout the United States (US). There is a total of seven CMOP facilities strategically located throughout the US that rely heavily upon automated and semi-automated systems in order to fulfill prescription orders. The type, age and reliability of the automation systems and sub-systems vary by CMOP. Increased throughput demands are forcing CMOP sites in transition from older systems to newer more advanced pharmacy systems that are available in today s market. Some CMOP sites are acquiring full Automated Prescription Fulfillment Systems (APFS) that consist of tablet /capsule automation (TCA), unit-of-use automation (UOU), automated labeling subsystems, manual and bulk processing subsystems and automated packaging equipment while others are integrating new sub-systems into their existing systems. The new systems and sub-systems must be properly designed, tested, evaluated, and validated to ensure quality and patient safety. The National CMOP Office requires the need for an Engineering Support Service (ESS) that will provide concurrent engineering and subject matter expertise for the many different types of automated and semi-automated production systems. The Contractor is to provide the technical framework that will enable sound decision making, increase product knowledge, ensure system maturity and mitigate risks associated with changes to the production systems. The Contractor will be instrumental to CMOP by providing a methodology to plan, manage, and implement technical activities. throughout all phases of the acquisition life cycle. Each CMOP has tablet/pill dispensers, unit of use dispensers, manual and bulk fill areas, and automated packing areas. There has been hardware/software developed and maintained for the CMOP Production System for the past twelve (12) years which interfaces with each of the dispensing areas. It is important for Contractors to understand that improvements have allowed CMOPs to grow in functionality and speed to fill rates far beyond the original intended rates. This speed of performance is important to be maintained as future enhancements or systems are introduced into each CMOP. The following list of equipment is intended to provide a sense of the diversity of equipment types found in the CMOP facilities. Examples include but are not limited to; Automated Prescription Fulfillment System (APFS) Tablet and Capsule Automation (TCA) A-Frames pre-packaged medication dispensing equipment Automated Dispensing Units feed and label pre-filled containers Independent Pill Dispensers Auto-Baggers or other Automated Packing equipment including attached weighing equipment Cappers Sorters Heat Sealers Conveyor Systems Kalish Cells / Baker cells - tablet counting devices Accumed Drawers - tablet counting and management devices Automated Vial Labelers Random CLS Configurable Logic Spur Eye-con or other free standing tablet / capsule counting devices Inline weighing equipment Imaging systems Optifill systems Sortation and accumulation modules Depucking modules Robotics Printing equipment (for MedGuides, etc.) Scope This Performance Work Statement (PWS) establishes the requirements for Contractor- provided services in technology insertion, system integration/installation, fabrication/prototyping, testing/certification, studies/analyses, logistics support, training and engineering support, including re-engineering and reverse engineering, to support CMOP automated and semi-automated production systems. These services shall support all new and existing systems, subsystems and processes. Contractor services shall include, but are not limited to, providing licensed Engineers and supporting personnel that are specialized in Systems Engineering, Structural Engineering, Electrical Engineering, Mechanical Engineering, Software Engineering, Human Factors Engineering, and Reliability Engineering. The Contractor shall provide expertise in the following areas; Technical Planning, Decision Analysis, Technical Assessment, Risk Management, Configuration Management, Technical Data Management, Interface Management, Defining Stakeholder Requirements, Requirements Analysis, Design Analysis, Implementation, Integration, Verification, Validation, Qualification, Transition, and 3D Modeling and Simulation (M&S). The following paragraphs provide a general overview of the scope of work. Specific requirements will be defined in subsequent Task Orders Design Engineering: The Contractor shall design, develop, install, test and validate, operate and maintain prototype applications and databases to determine solutions for integration. The Contractor shall develop schedules and implementation plans in accordance with Task Order guidelines. System Engineering The Contractor shall provide System Engineering for production and operations to determine effectiveness, design adequacy, performance, reliability, maintainability, user interface design, and cost estimation evaluations during any phase of the acquisition life cycle. The Contractor shall participate in the planning and implementation of system interfaces in accordance with Task Order guidelines. Integration: The Contractor shall maintain and upgrade system capabilities as directed. The Contractor shall participate in requirement analysis planning in support of the migration and integration of CMOP systems. The Contractor shall examine systems for the purpose of achieving long term, full-scale integration required by the Government. The Contractor shall develop options for process improvement and develop tools as directed to support analyses in accordance with Task Order guidelines. Technical Studies The Contractor shall perform technical studies to support research and development of systems and test evaluation technology. The Contractor shall survey advanced technology approaches in accordance with Task Order guidelines. Test Engineering The Contractor shall provide test engineering services to include planning, performing, analyzing, and documenting results of systems and sub-systems that are undergoing tests. Transition Engineering The Contractor shall provide transition services to include the assistance with production, installation, interim operations, transition planning, and maintenance support. Quality Control and Management Analysis The Contractor shall provide Management Analysis for project management, administrative and technical activities in accordance with Task Order guidelines. Training Services The Contractor shall provide training services on overviews of general engineering related topics, 3D modeling & simulation, Systems Engineering Process, and Project Management Practices. Applicable Documents The Government will provide all necessary reference documents not generally available to the Contractor as required in this PWS and individual Task Order requirements. Throughout the life of the contract, if any instruction or document is replaced or superseded, the replacement or superseding instruction or document shall be applicable to the requirement defined in this PWS and individual Task Order requirements. Industry SE process standards that describe best practices in accomplishing SE include, but are not limited to, the following: References ISO/IEC 15288, Systems and Software Engineering-System Life Cycle Processes ISO/IEC 26702, Application and Management of the Systems Engineering Process ISO/IEC/IEEE 42010, Architecture Description EIA 632, Processes for Engineering a System Additional references shall be identified in each Tack Order Standards: National and International Standards are essential to the acceptable performance of this requirement. American National Standards Institute (ANSI) and International Standards Organization (ISO) Standards shall be invoked under individual Task Orders. Commercially available hardware and software shall comply with the appropriate standards specified in the Task Order SOW. Additional standards and specifications with a variety of origins, and VA Standards will be utilized to the extent necessary to promote maximum utility, flexibility, and economy. Definitions and Acronyms Definitions Accreditation - The process in which certification of competency, authority, or credibility is presented. The official certification that a system, model or simulation and its associated data are acceptable for use for a specific purpose. Contractor - A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. Contracting Officer - A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the government. Contracting Officer s Representative (COR) - An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. Defective Service - A service output that does not meet the standard of performance associated with the Performance Work Statement. Deliverable - Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. Evaluation - The process whereby data are logically assembled, analyzed, and compared to expected performance to aid in systematic decision making. It may involve review and analysis of qualitative or quantitative data obtained from design reviews, hardware inspections, M&S, hardware and software testing, metrics review, and operational usage of equipment. Items - A distinct, serviceable and/or replaceable element, part, component, assembly/subassembly, or tool, that performs a critical function within a system or subsystem. Key Personnel - Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. Physical Security - Actions that prevent the loss or damage of Government property. Privity - Contact, connection or mutual interest between parties. Product Qualification Testing (PGT) Formal contractual tests that confirm the integrity of the system design over the operational and environmental range in the specification. A form of development testing that verifies the design and manufacturing process. Quality Assurance - The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. Quality Assurance Surveillance Plan (QASP) - An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. Quality Control - All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. Subcontractor - One that enters into a contract with a prime contractor. The Government does not have privity of contract with the Subcontractor. Subsystem - Electronic/mechanical/structural hardware, associated components/parts and/or software/firmware that performs an essential function in support of one or more systems. Systems engineering (SE) is a methodical and disciplined approach for the specification, design, development, realization, technical management, operations, and retirement of a system. System A combination of hardware and software/firmware that performs a dedicated function that serves a Government requirement. Test - Denotes any program or procedure that is designed to obtain, verify, or provide data for the evaluation of any of the following: (1) progress in accomplishing developmental objectives; (2) the performance, operational capability, and suitability of systems, subsystems, components, and equipment items; and (3) the vulnerability of systems, subsystems, components, and equipment items. System integration - Engineering as the process of bringing together the component sub-systems into one system. Validation - The assurance that a product, service, or system meets the needs of the customer and other identified stakeholders. It often involves acceptance and suitability with external customers. Verification - The evaluation of whether or not a product, service, or system complies with a regulation, requirement, specification, or imposed condition. Work Day - The number of hours per day the Contractor provides services in accordance with the contract. Work Week - Monday through Friday, unless specified otherwise. Acronyms APFS Automated Prescription Fulfillment System CFR Code of Federal Regulations CMOP Consolidated Mail Outpatient Pharmacy CONUS Continental United States CO Contracting Officer COR Contracting Officer Representative COTS Commercial-Off-the-Shelf ESS Engineering Support Service FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program RTEP Request for Task Execution Plan SIN Special Item Number TCA Tablet Capsule Automation TEP Task Execution Plan Requirements Order Type Fixed- priced with economic price adjustment multiple Award Indefinite Delivery Indefinite Quantity (IDIQ). Performance Period The period of performance shall be a base year of twelve (12) months, with two 12-month option periods. Place of Performance Efforts under this contract shall be performed in VA facilities located in: Charleston CMOP (766) 3725 Rivers Ave Suite 2, No. Charleston, SC 29405 Chelmsford CMOP (761 10 Industrial Way, Chelmsford, MA 01824 Hines CMOP (765) 5th & Roosevelt, Bldg. 37 NW, Hines, IL 60141 Dallas CMOP (763) 2962 S. Longhorn Dr. Lancaster, TX 75134 Leavenworth CMOP (760) 5000 S. 13th Street, Leavenworth, KS 66048 CMOP National Office (770) 5049 S. 13th Street, Leavenworth, KS 66048-5580 Murfreesboro CMOP (764) 5171 Sam Jared Drive, Murfreesboro, TN 37130 Murfreesboro CMOP (764) 3209 Elam Farms Parkway, Murfreesboro, TN 37127 Tucson CMOP (762) 3675 East Britannia Dr. Tucson, AZ 85706 In addition to on-site CMOP locations above, work may be performed at remote locations with prior concurrence of the Contracting Officer Representative (COR). Materials, Equipment and Facilities Government-Furnished Government Furnished Property (GFP) which includes Government Furnished Material (GFM), Government Furnished Information (GFI), and Government Furnished Equipment (GFE) may be provided to support individual Task Orders. The Contractor shall be responsible for conducting all necessary examinations, inspections, maintenance, and tests of GFM for each Task Order. The Contractor shall be responsible for reporting all inspection results, maintenance actions, losses, and damage to the Government. Contractor Acquired The Contractor shall acquire and/or provide any hardware and/or software required to accomplish each Task Order. Any purchased material shall be in accordance with FAR 52.245-1 Government Property attached to the Solicitation. Hardware and software must be approved by the Government prior to any use by the Contractor. Hardware The Contractor shall manufacture, acquire and assemble hardware only if incidental to the services of the Task Order. Whenever practical, available Government equipment, supplies, facilities, and resources shall be incorporated. The use of Government Furnished Equipment/Material shall be specified in applicable Task Orders. Non-Developmental Items and Commercial Processes Non-developmental items (NDI) and commercial-off-the-shelf (COTS) products shall be used to the maximum practicable extent. The Contractor shall apply commercially available processes and technologies to the maximum practicable extent. Control of Purchases The Contractor shall ensure that all supplies and services which they purchase from suppliers conform to contract and/or Task Order requirements. The Contractor shall require that their Subcontractors control the quality of their services and supplies. Facilities The Contractor may be required to establish interim operations and support within a Government facility. Government office or warehouse space shall be made available while performing site testing and evaluations by the Contractor. The use of Government space shall be stated in the Task Order. Personnel The Contractor shall ensure that all Contractor personnel meet Labor Category requirements for each Task Order. The Contractor shall maintain a file of resumes of all personnel assigned to this contract for the duration of the contract. Travel Travel shall be in accordance with Task Order requirements. All travel will be in accordance with the Federal Travel guidelines. Section 11 of the PWS has further requirements regarding travel. Safety and Health Hazards The Contractor shall comply with all applicable Federal, State and local safety, health and environmental regulations. The Contractor shall identify and evaluate system safety and health hazards, define risk levels, and establish a program that manages the probability and severity of all hazards associated with contractual tasks. Safety and health hazards shall be managed consistently with mission requirements. All inherent hazards shall be identified, evaluated and either eliminated or controlled to ensure minimum risk to the environment and personnel. Records shall be kept for the life of the contract plus two years. These records shall be made available to the Government upon request. The Contractor shall use the Government and Industry Standard Practice for System Safety in all developmental and sustaining activities. The Contractor shall integrate safety, and occupational health risk management strategy into the systems engineering process. Contractor Program Management The Contractor shall provide a Program Manager that will act as a single point of contact to the Government. Quality Control Quality Assurance The Contractor shall implement and maintain a Quality Assurance System to ensure product integrity that meets or exceeds the requirements established below. These requirements are commonly accepted practices employed by industry both in National and International environments. The Contractor shall identify specific Government/Commercial standards/procedures to be used or applied prior to implementing the system. Quality Approach The Contractor shall establish/maintain an approach to ensure product integrity and to satisfy contract or Task Order requirements. The Contractor shall verify and validate the quality of deliverables (including data) throughout all areas of contract performance. Quality Planning The Contractor shall conduct a complete review of the Task Order requirements to identify all test and inspection resources necessary for assuring product integrity. Document Control The Contractor shall ensure that the latest revisions of drawings, specifications, work instructions, inspection/test instructions, and other documents required to satisfy the Task Order are utilized in analyses, inspection and test. Records The Contractor shall maintain records of all inspections and tests to demonstrate that the quality approach satisfies contract and Task Order requirements. Records shall be kept for the life of the contract plus two years. Operations/Process Controls The Contractor s quality approach shall be responsible for assuring/monitoring that all operations/processes are accomplished under controlled conditions. Controlled conditions include documented work instructions (including workmanship), production equipment, special work environments, inspections/test operations, work specifications, and approval/rejection criteria. Inspection and Testing The quality approach shall assure that all inspections and tests required to satisfy contract requirements are conducted. Measuring, Testing, and Inspection Equipment The Contractor shall provide and maintain gages (including production tooling used for inspection purposes) and other measuring and test equipment to assure that system under test conforms to contract requirements. These devices shall be calibrated against certified measurement standards that are traceable back to national/international standards. Continuous Process Improvement The Contractor shall monitor the effectiveness of their quality system and continually improve quality processes. Technical Tasks The following paragraphs describe technical tasks that shall be performed on assigned systems, subsystems, hardware, software and processes. Task Orders will be issued by the Contracting Officer (CO) or a delegated Ordering Officer (OO) within the National CMOP Office. Task Orders may encompass more than one task area listed below. Task examples are included to provide greater insight into the complexity and uniqueness of potential Task Order requirements covered by this PWS. The scope of work must be within the parameters of one or more of the tasks listed below. The deliverables, schedule and specific instructions shall be specified in each Task Order. Task 1: System Design Engineering The Contractor shall construct, modify and/or perform statistical and/or analytical investigations through mathematical and simulation modeling. These services shall include modeling, investigation through simulation, establishment of optimization techniques, control system analysis, conducting probability and statistical theories, and providing independent analytical assessments of systems and other structures. The Contractor shall provide engineering designs, fabricate production prototypes, modify original designs, complete design validation testing and prepare technical data packages of systems, subsystems, equipment, software and components. Review designs to ensure compliance with the specified requirements, identify potential impacts on performance, reliability, maintainability, user interface, logistics, schedule, and cost. The Contractor shall perform integration, verification, and validation reviews of prototype systems, equipment, assemblies, or modules to ensure that they perform as specified by individual design specifications. The Contractor shall apply computer-aided design (CAD), manufacturing (CAM) and engineering (CAE) methods/systems to support concurrent design integration with manufacturing and logistics considerations. All CAD, CAM and CAE systems shall be compatible with resident Government architectures, as specified by applicable Task Orders. Examples of work performed under this task include, but are not limited to; Perform statistical and/or analytical investigations through mathematical and simulation modeling. Provide engineering designs, fabricate production prototypes, modify original designs Review designs to ensure compliance with the specified requirements Assist the Government with detailed specification preparation Develop Government requirements. Review designs to ensure that they are in compliance with the specified requirements. Perform integration, verification, and validation reviews of prototype systems. Identify potential impacts on performance, reliability, maintainability, safety, user interface, logistics, schedule, and cost. Recommend design changes to system baselines that will improve the quality, efficiency, and the safety of a system. Support concurrent design integration with manufacturing and logistics considerations Task 2: System Engineering The Contractor shall apply a systems engineering approach to ensure that mission objectives and system criteria requirements are fulfilled. Emphasis shall be on the demonstration of clear and definable improvements in the performance, logistics supportability, reliability and maintainability of the item. The Contractor shall provide a framework and methodology to plan, manage, and implement technical activities at any stage in the acquisition life cycle. The Contractor shall apply a disciplined approach to finding a solution that balances performance, cost, schedule, and risk. Examples of work performed under this task include, but are not limited to; Technical Planning Decision Analysis Technical Assessments Requirements Management Risk Management Configuration Management Technical Data Management Interface Management Task 3: Integration: The Contractor shall integrate new equipment technologies into existing system architectures as required by applicable Task Orders. The Contractor shall assist the Government in planning, organizing, and responding to requests to resolve problems and improve system performance. The Contractor shall perform an analysis of system performance through an assessment of data generated during operations, maintenance, testing, trials, or training. The Contractor shall identify and document installation requirements to ensure system compatibility; identify and provide recommended solutions for interface problems; review and monitor system tolerances; perform system tests to assess performance, safety, operability, reliability and maintainability of the system. The Contractor shall perform checks in accordance with installation drawings and specifications prior to the installation of new equipment. The Contractor shall conduct associated operational verification tests to assure operational integrity of the installed equipment. The Contractor shall perform field engineering tasks related to constructing, maintaining and enhancing the development of equipment in accordance with the equipment's original operational specifications or improved specifications. The Contractor shall recommend system or equipment alterations in accordance with the applicable installation specifications, guidelines and alteration instructions. The Contractor shall conduct the associated operational verification tests to assure the operational integrity of the system or equipment. The Contractor shall identify existing Government sources of information, collect available maintenance data, edit and analyze this data, identify trends or problems affecting the requirements, and submit recommendations with associated rationale for changes to design or maintenance requirements to improve performance. The Contractor shall provide transition services to include the assistance with production, installation, interim operations, transition planning, and maintenance support when new automation is integrated onto a production system or sub-system. The Contractor shall investigate failures of systems and components to isolate the cause of the defect and recommend corrective actions. The Contractor shall develop, review, analyze, and deliver Engineering Change Proposals (ECPs) and Notice of Revision (NORs) with supporting rationale. Examples of work performed under this task include, but are not limited to; Assist the Government with planning, organizing, and responding to requests to resolve problems and/or improve system performance. Analyze system performance through an assessment of data generated during operations, maintenance, testing, or training. Review maintenance data, identify trends or problems affecting requirements, and submit recommendations with associated rationale regarding suggested changes to design or maintenance requirements. Provide transition services to include the assistance with production, installation, interim operations, transition planning, and maintenance support when new automation is integrated onto a production system Investigate system failures to isolate the cause of the defect and submit recommendations for corrective action. Recommend improvements related to maintaining and enhancing the system in accordance with the system s operational specifications or improved specifications. Recommend design changes to systems that will improve the quality, efficiency, and the safety of a system. Conduct operational verification tests to assure the operational integrity of the system. Analyze cost, risks, changes, deviations, and product quality assurance. Identify, track, and report cost and quality risks for systems during various stages of production repair and test. Develop, review, analyze, and deliver Engineering Change Proposals (ECPs) and Notice of Revision (NORs) with supporting rationale. Task 4: Technology Studies: The Contractor shall perform technical studies to support research and development of systems engineering and test evaluation technology. The Contractor shall survey advanced technology approaches in both in Government and the private sector and document recommendations. The Contractor shall identify manufacturers of, and the availability and suitability, of Commercial Off-the-Shelf (COTS) equipment. The Contractor shall perform engineering studies to assist the Government with evaluation of COTS item reliability and maintainability. The Contractor shall provide engineering support to include re-engineering and reverse engineering when permissible by the manufacturer, patent and/or law. The Contractor shall report the results of such investigations along with recommendations. Examples of work performed under this task include, but are not limited to; Conduct technical studies that support research and development. Survey advanced technology approaches used in both Government and private sector. Identify manufacturers of, and the availability and suitability, of Commercial Off-the-Shelf (COTS) equipment. Assist the Government with evaluation of COTS item reliability, maintainability and availability. Task 5: Test Planning and Procedures: The Contractor shall provide pre-test and post-test simulations of expected system performance in test scenarios. The Contractor shall develop test exercise geometry and constraints necessary to implement test scenarios. The Contractor shall assist the Government with evaluation of test scenarios, plans, and procedures. The Contractor shall submit a final test evaluation report including assumptions and rationale of test procedures, implementation, and results. Examples of work performed under this task include, but are not limited to; Provide pre-test and post-test simulations of expected system performance in test scenarios. Develop test exercise geometry and constraints necessary to implement test scenarios. Assist the Government with the evaluation of test scenarios, plans, and procedures. Task 6: Test and Test Support The Contractor shall provide developmental testing to investigate technical approaches, verify interface interoperability, and assist the Government with the evaluation of technical performance under controlled conditions in representative operations environments. The Contractor shall plan, coordinate and perform test and evaluation on completed hardware and software designs. The Contractor shall provide data capture and data retrieval for testing support. The Contractor shall attend tests performed at Government and private test sites to review the appropriate test requirements, participate in analytical support evaluations during testing and procedures, monitor the test being conducted, and document the test results. The Contractor shall review test data and perform analyses of the performance of units under test. The Contractor shall formulate recommendations with justification, to include, but not limited to, test performance, quality, maintenance, or problems that impact the project. The Contractor shall recommend improvements to; design, configuration, materials, construction, or other criteria. The Contractor shall capture and retrieve test data, review test documents, and create report of findings. The Contractor shall assist the Government with evaluation of test report content and recommend changes with supporting rationale. The Contractor shall review test data and perform analyses of the performance of units under test. The Contractor shall formulate recommendations with justification, to include, but not limited to, test performance, quality, maintenance, or problems impacting the project. The Contractor shall recommend improvements to; design, configuration, materials, construction, or other criteria. The Contractor shall capture and retrieve test data, review test documents, and create report of findings. The Contractor shall define and develop test programs, plans, and procedures, conduct testing, and evaluate and document results as required by applicable Task Orders. Testing shall include, but is not limited to, hardware and software component testing, subsystem and system level development testing, system compatibility testing, acceptance testing, functional testing, integration testing, full qualification testing, field-testing and evaluation. The Contractor shall assist the Government with evaluation of test report content and recommend changes with supporting rationale. The Contractor shall conduct the associated operational verification tests to assure the operational integrity of the system or equipment. The Contractor shall review, maintain, update, and assist the Government with evaluation of data and associated documentation on production systems, subsystems, and components. The Contractor shall assist the Government with the disposal of equipment inventory list (EIL)-tracked equipment to ensure that it is removed, safeguarded, and destroyed in accordance with the appropriate Government instructions and directives. Examples of work performed under this task include, but are not limited to; Provide developmental testing to investigate technical approaches, verify interface interoperability, and assisted the Government with the evaluation of technical performance under controlled conditions. Plan, coordinate and perform test and evaluation on completed hardware and software designs. Analyze the performance of units under test. Provide data capture and data retrieval for testing support. Perform integration, verification, and validation reviews of systems, equipment, assemblies, or modules to ensure that they perform as specified by individual design specifications. Perform Product Qualification Testing. Attend tests performed at Government and private test sites. Review the appropriate test requirements, participate in analytical support evaluations during testing and monitor the test being conducted. Recommend with justification improvements that will have a positive effect on performance, quality, maintenance or safety of a system. Task 7: Quality Control and Management Analyses The Contractor shall perform administrative support to meet CMOP mission requirements. The Contractor shall perform studies and analyses as required by applicable Task Orders. Studies and analyses efforts shall include, but is not limited to, logistics, financial, operational, quality assurance, quality control and operations. Examples of work performed under this task include, but are not limited to; Cost analysis Cost-benefit analysis Return on investment (ROI) analysis SWOT analysis GAP analysis Risk assessment Failure mode and effects analysis Cause and effects analysis Statistical analysis including descriptive and inferential Power analysis Stable process and population sampling Sample size determination Acceptance sampling Value stream mapping Value-added flow analysis Voice of the customer analysis Critical to quality analysis Cost of quality analysis Measurement system analysis Gage R&R (repeatability & reproducibility) Variation analysis Process capability analysis Process sigma determination Process error and defect rate determination Time efficiency analysis including process cycle efficiency Process balancing Work cell optimization Overall equipment effectiveness analysis Impact-effort analysis; and benchmarking. Task 8: Training Services The Contractor shall develop and present training courses related to 3D modeling and simulation software that has been implemented for use by the Contractor. These courses shall include an overview of general engineering practices, Systems Engineering (SE), Systems and Engineering Process in a 3D model and simulation environment. This training shall address program management disciplines to include planning, design, risk management, integrated program teams, Earned Value Management, and risk identification, analysis and resolution. Examples of work performed under this task include, but are not limited to; Provide training related to 3D modeling. Provide an overview of general engineering practices. Provide program management training. Deliverables The deliverables, schedule and specific instructions be specified in each Task Order. At a minimum the Contractor shall provide; Technical progress shall include weekly Progress Meetings ongoing throughout task. Provide an Executive Summary of findings and recommendations no later than 14-business days after the completion of all deliverables that are identified in the task order. Task Execution Plan (RTEP) Procedures Request for Task Execution Plan (RTEP) It is the Government s intent to issue Request for Task Execution Plans (RTEP) that reflect a Performance-Based Contracting approach. In a Performance- Based RTEP the Government will specify requirements in terms of performance objectives and the Contractor will propose how to best satisfy those objectives. The RTEP will contain a PWS, and will require the Contractor s proposal to address metrics to measure and evaluate performance. RTEP Process Upon identification of the need for a Task Order, the Government will issue a Request for Task Execution Plan (RTEP) to the Contractor. Proposal The Contractor shall submit a proposal to the Contracting Officer within seven working days after receipt of the Request for Task Execution Plan (RTEP). Contractors may submit TEPs that depart from stated requirements at the discretion and direction of the Contractor Officer. Late submissions will not be accepted. Task Execution Plan (TEP) Fair opportunity requirements shall be in accordance with FAR 16.5. The Government s RTEP does NOT constitute an authorization to start work. The Government is not required to approve the resulting TEP or issue a Task Order. Within seven (7) work days of receipt of the RTEP, the Contractor shall submit one (unless otherwise specified by the Contracting Officer) TEP. At a minimum the following information shall be provided in the Contractor s proposal. The following shall be addressed in every TEP: Proposal Summary Task number Date submitted Contractor s name Contractor task leader contact information Primary Subcontractor(s) and vendors by name (as applicable) Proposed start and finish dates Proposed total cost with separate option or CLIN pricing, as applicable Reference to any unique terms or conditions, or any requests to deviate from standard contract terms and conditions. Deliverables and Schedules. Complete description of the technical approach to satisfying task requirements. GANTT chart indicating expected start and completion dates, for all critical project tasks and sub-tasks. Metrics to measure and evaluate performance objectives. This requirement is applicable to RTEPs that contain Performance Work Statements. Identification of uncompensated overtime in accordance with clauses 52.237-10. The Contractor shall use the Labor Category List (Attachment A) to identify the number of personnel needed to include man-hours, hourly rate, and if travel is necessary to complete the tasks that are identified in each Task Order. Attached below is an example of a completed Labor Category List (Attachment A). Labor categories and prices listings are listed as examples only and are not all inclusive to the work that is to be performed during the term of this contract. Example: Labor Category FTE # Hourly Rate Man Hours Travel Yes/No Travel Cost in Dollars Engineer/Scientist Journey 2 $80.50 400 Yes $1,200 Engineer/Scientist Senior 1 $94.20 200 No $0 Engineering Technician Journey 2 $70.40 400 No $0 Engineering Technician Senior 1 $77.50 200 Yes $1,200 Subject Matter Expert 1 $120.10 100 Yes $1,200 Program Manager Senior 1 $96.75 100 No $0 Drafter/CAD Operator Journey 1 $33.50 40 No $0 Technical Writer II 1 $65.80 20 No $0 Configuration Management Analyst 1 $78.80 20 Yes $1,200 Total each Task 11 2280 4 $4,800 9.4.4 Direct labor including authorized subcontract labor shall not, under any circumstances, exceed one hundred (100%) percent of the total level of effort specified in a Contractor s TEP without the prior approval from the Contracting Officer. Issuance of Task Orders Upon Government approval of the TEP and designation of an appropriate fund cite, the Contracting Officer will issue a Task Order to the Contractor. Contractor work shall commence only after issuance of the Task Order by the Contracting Officer. The Government will provide notification of contract award to both the successful and unsuccessful offerors. Task Order Kickoff Meetings A kickoff meeting shall be held at the Task Order level after each award. Dates, locations, and agenda will be specified by the Contractor at least five calendar days prior to the meeting. Task Order Modifications Upon identification of the need for a modification to a Task Order, the Government will issue a Request for Post Award Action, designated by a Task Order number, to the Contractor. The Contracting Officer will designate individuals authorized to issue such requests upon contract award, in writing. The Contractor shall respond to requests from these authorized individuals only. All Contractor correspondence shall reference the Government designated Task Order number. The Government s Request for Post Award Action does NOT constitute an authorization to start work. A Request for Post Award action may include, but is not limited to, cost and no cost changes, period of performance extensions, within scope changes, shipping or inspections changes. Revised Task Execution Plan Within seven (7) work days of receipt of the Request for Post Award Action, the Contractor shall submit a Revised Task Execution Plan (TEP), in accordance with paragraph 9.4. Post Award Action Approval The Government will shall approve each Revised TEP within five work days of receipt. The Government will either approve the TEP or enter discussions as soon as practical after TEP receipt. When requested, the Contractor shall provide an updated TEP to address the results of such discussions. Reports and Meetings Weekly Progress Meeting The Contractor shall schedule weekly progress meetings with the Government and provide meeting minutes. At a minimum the Contractor shall discuss the following; Task schedule Accomplishments Open issues Completed sub-tasks Projected activities Labor costs Travel Risk Mitigation Personnel Monthly Contractor Progress, Status and Management Report The Contractor shall submit a monthly Status Report to the COR. This report shall convey the status of all Task Orders awarded as of contract inception as well as cumulative contract performance. The Contractor may be required to support EVMS (Earned Value Management System) at the Task Order level and will be identified in individual Task Orders if required. The Contractor shall utilize a standard format for the submission of information. For each Task Order, indicate/discuss; Task Order Summary Performance Metrics Task Order Schedule Hot Items for Government Review Accomplishments Significant Open Issues, Risk and Mitigation Action Summary of Issues Closed Meetings Completed Projected Meetings Subcontractor Performance discuss 1st Tier Subcontractors and vendor performance Projected Activities for Next Reporting Period Explanation if the Reporting Period is Over One Month Small Business Participation Labor costs broken down by task to include labor category, skill level, entity (Prime or Subcontractor) rate and hours. Travel costs broken down by task. Material costs broken down by task. Total task expenditures since task award. Total task expenditures for the fiscal year to date. Total dollars invoiced to date, by fiscal year and since contract award. These figures shall be further broken out by dollars and percentage for time and materials invoices, firm fixed price invoices, and cost reimbursable invoices. Travel Costs The Government anticipates travel under this effort to perform the tasks associated with the effort, as well as to attend program-related testing and evaluations through the period of performance. Include all travel costs as firm-fixed price line items in the TEP. These costs will not be directly reimbursed by the Government. Base Year The Government estimates that a total of 16 trips for the base year. These trips include planned trips related to tasks required to maintain the system. It is also expected that additional trips may be required for system understanding and enhancement during the base year. These are in addition to the estimated 16 trips to maintain the system. Emergency travel may be necessary. Expenses for emergency travel to a CMOP facility will be paid in the same manner as regular travel. The total cost of travel must be submitted to, and approved by the Contracting Officer prior to travel. Charleston CMOP (766) 3725 Rivers Ave Suite 2, No. Charleston, SC 29405 Chelmsford CMOP (761 10 Industrial Way, Chelmsford, MA 01824 Hines CMOP (765) 5th & Roosevelt, Bldg. 37 NW, Hines, IL 60141 Dallas CMOP (763) 2962 S. Longhorn Dr. Lancaster, TX 75134 Leavenworth CMOP (760) 5000 S. 13th Street, Leavenworth, KS 66048 CMOP National Office (770) 5049 S. 13th Street, Leavenworth, KS 66048-5580 Murfreesboro CMOP (764) 5171 Sam Jared Drive, Murfreesboro, TN 37130 Murfreesboro CMOP (764) 3209 Elam Farms Parkway, Murfreesboro, TN 37127 Tucson CMOP (762) 3675 East Britannia Dr. Tucson, AZ 8570 Murfreesboro Facilities There are two facilities listed for Murfreesboro because the Murfreesboro facility will be moved to a new location during the execution of this contract. Option Years Option Year 1 and 2: The Government estimates that a total of 16 trips may be required per option year of this contract. These trips include trips related to tasks required to maintain the system. Emergency Visit Site Analysis and Planning Maintenance and Support Estimated Annual Total Base Year 7 16 23 Option Year 1 16 16 Option Year 2 16 16 Long Term Testing The Murfreesboro CMOP APFS is currently in the process of undergoing testing and evaluation. The Contractor shall consider Murfreesboro as the primary place of performance until directed otherwise. Visits to the Murfreesboro CMOP are not included in the estimated total trip count. The Murfreesboro CMOP may require a larger engineering team to be onsite for a longer than five days at a time. Expenses while onsite at Murfreesboro must be at or under Government Per Diem Rates. The total cost of travel must be submitted to and approved by the Contracting Officer prior to any travel. Federal Travel Regulations Per diems will be authorized under this contract in accordance with Federal Travel Regulation (FTR) (http://www.gsa.gov/portal/category/21283) and will be quoted at the time of Task Order requirement. It is the Government s policy to not allow a charge of profit or fee on reimbursable items and to only reimburse actual costs consistent with the Federal Travel Regulation. All per diem expenses must be substantiated with submissions of invoices for verification. Reimbursement shall be at the actual cost per invoices submitted not to exceed the government Federal Travel Regulations per diem rate for that region. Labor Categories SCA The Service Contract Act (SCA) is applicable to this contract and it includes SCA applicable labor categories for the positions that are identified. The prices for the cited SCA labor categories are based on the U.S. Department of Labor Wage Determination Number identified in the SCA matrix. The prices offered shall be based on the preponderance to where work is to be performed. Hourly Rates Hourly rates and a description of all corresponding commercial job titles, experience, functional responsibility and education for those types of employees or subcontractors who will perform services shall be provided in the TEP. If hourly rates are not applicable, indicate Not applicable for that position. Education Education Requirements Specific education requirements to include minimum years of experience shall be identified in each Task Order. At a minimum, all Engineering, SME and Project Managers must have a Bachelor s Degree and four years experience. Engineering Professional Engineer (PE) licensed with a Bachelor s Degree in Engineering, engineering technology, or similar specialty from an ABET-accredited program. A Master s degree is required for senior level positions. Subject Matter Expert (SME) Bachelor's degree in related discipline; Master's is required for senior level positions. Security Business Associate Agreement (BAA) It has been determined that protected health information may be disclosed or accessed and a signed Business Associate Agreement (BAA) shall be required. The Contractor shall adhere to the requirements set forth within the BAA, referenced in Section D of the Request for Task Execution Plan (RTEP) and shall comply with VA Directive 6066. Background Investigation Position/Task Risk Level(s) Position Sensitivity Background Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, Personnel Suitability and Security Program, Appendix A) Low / Tier 1 Tier 1 / National Agency Check with Written Inquiries (NACI) A Tier 1/NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), Federal Bureau of Investigation (FBI) name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions. Moderate / Tier 2 Tier 2 / Moderate Background Investigation (MBI) A Tier 2/MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree. High / Tier 4 Tier 4 / Background Investigation (BI) A Tier 4/BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree. Position Sensitivity and Background Investigation Requirements by Task Task Number Tier1 / Low / NACI Tier 2 / Moderate / MBI Tier 4 / High / BI 1 thru 9 subtasks The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. Section 508- Electronic and Information Technology (EIT) Standards Background On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it 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. Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed are published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194. Links The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards/section-508-standards and http://www.section508.gov/content/learn/standards. A printed copy of the standards will be supplied upon request. The Contractor shall comply with the technical standards as marked: § 1194.25 Self-contained, closed products § 1194.26 Desktop and portable computers § 1194.31 Functional Performance Criteria § 1194.41 Information, Documentation, and Support Equivalent Facilitation Alternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with disabilities. Compatibility With Assistive Technology The Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. Acceptance and Acceptance Testing Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at http://www.section508.va.gov/section508/Resources.asp Organizational Conflict of Interest Non-Disclosure Agreement All functions related to Acquisition Support shall be on an advisory basis only. Please be advised that since the awardee of this Task Order will provide systems engineering, technical direction, specifications, work statements, and evaluation services, some restrictions on future activities of the awardee may be required in accordance with FAR 9.5 and the clause entitled, Organizational Conflict of Interest, found in the basic contract. The Contractor and its employees, as appropriate, shall be required to sign Non-Disclosure Agreements (Appendix B). Cooperation With Vendors Cooperation The Contractor shall coordinate work and participate in troubleshooting and problem-solving with other outside vendors. This coordination involves directly contacting representatives from vendors in order to develop and troubleshoot interfaces to third-party hardware developed under this PWS. This cooperation includes the necessity to coordinate with the outside vendor and participate in implementation and troubleshooting operations with the outside vendor. Outside vendors include but are not limited to: Innovative Management Concepts (software maintenance) Cornerstone Automation Systems, Inc. Microsoft KNAPP AG SI Handling Systems, Inc. Baxter Medical Equipment RX Automated Solutions, Inc. McKesson Corporation Compatibility With Government Equipment Existing Equipment The Contractor shall develop solutions that are compatible with existing hardware and software in use by the Government. Developmental Equipment The Contractor shall develop solutions that are compatible with hardware and software acquired by the Government during this work period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/322921d2b76261961eea9e855bfec9c3)
 
Document(s)
Attachment
 
File Name: 36C77018R0231 36C77018R0231_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4029005&FileName=36C77018R0231-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4029005&FileName=36C77018R0231-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04794448-W 20180121/180119230847-322921d2b76261961eea9e855bfec9c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.