Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2018 FBO #6202
MODIFICATION

D -- EC Web Maintenance Recompete

Notice Date
11/14/2018
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B19Q0068
 
Archive Date
2/21/2019
 
Point of Contact
732-440-1053
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps Sources Sought Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Sources Sought Notice Rev. March 2010 D EC Web Maintenance Recompete 07724 36C10B19Q0068 99 N 541512 Department of Veterans Affairs Technology Acquisition Center 23 Christopher Way Eatontown NJ 07724 Contract Specialist: James Clark James.Clark3@va.gov Page 2 of 12 Request for Information Ethics Consultation Web (ECWeb) Maintenance Recompete TAC Number: TAC-19-52924 This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Submit your response via email to the Contract Specialist, James Clark at James.Clark3@va.gov no later than noon, Eastern Time, November 14, 2018. See attached document: T4NG TO PWS ECWeb Maintenance_RFI Ethics Consultation Web (ECWeb) Maintenance Page 12 of 12 Page 12 of 12 TRANSFORMATION TWENTY-ONE TOTAL TECHNOLOGY NEXT GENERATION (T4NG) PERFORMANCE WORK STATEMENT (PWS) DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology National Center for Ethics in Health Care Ethics Consultation Web (ECWeb) Maintenance Date: October 25, 2018 TAC-19-52924 Task Order PWS Version Number: 1.3 Contents 1.0 BACKGROUND 5 2.0 APPLICABLE DOCUMENTS 5 3.0 SCOPE OF WORK 5 3.1 APPLICABILITY 5 3.2 ORDER TYPE 5 4.0 PERFORMANCE DETAILS 5 4.1 PERFORMANCE PERIOD 5 4.2 PLACE OF PERFORMANCE 5 4.3 TRAVEL OR SPECIAL REQUIREMENTS 6 4.4 CONTRACT MANAGEMENT 6 4.5 GOVERNMENT FURNISHED PROPERTY 6 4.6 SECURITY AND PRIVACY 6 4.6.1 POSITION/TASK RISK DESIGNATION LEVEL(S) 6 5.0 SPECIFIC TASKS AND DELIVERABLES 7 5.1 PROJECT MANAGEMENT 7 5.1.1 CONTRACTOR PROJECT MANAGEMENT PLAN 7 5.1.2 TECHNICAL KICKOFF MEETING 7 5.1.3 WEEKLY SYSTEM MAINTENANCE MEETING 7 5.2 ECWEB TROUBLESHOOTING AND MAINTENANCE 8 5.3 OPTION PERIOD ONE 9 5.4 OPTION PERIOD TWO 9 6.0 GENERAL REQUIREMENTS 9 6.1 PERFORMANCE METRICS 9 6.2 SECTION 508 ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS 10 6.2.1 EQUIVALENT FACILITATION 11 6.2.2 COMPATIBILITY WITH ASSISTIVE TECHNOLOGY 11 6.2.3 ACCEPTANCE AND ACCEPTANCE TESTING 11 BACKGROUND The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), National Center for Ethics in Health Care (NCEHC) is to provide benefits and services to Veterans of the United States.   In meeting these goals, OI&T strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner.   VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. The objective of this project is to maintain the existing Ethics Consultation Web (ECWeb) software that is accessed by more than 2,200 users across all VA health care facilities. The current system enables ethics consultants at the national and local level to monitor their ethics consultations, adhere to guidance about best practices for performing ethics consultations, and generate various types of reports. The servers that host ECWeb applications are currently maintained by VA Enterprise Web Infrastructure Support (EWIS) and they are physically located at Martinsburg, WV. Both the ECWeb production and development servers are hosted by EWIS. The ECWeb system has been in use by NCEHC since 2001 and all Veterans Health Administration (VHA) facilities since 2007. APPLICABLE DOCUMENTS The Contractor shall comply with the documents in Paragraph 2.0 in the T4NG Basic Performance Work Statement (PWS), in the performance of this effort. SCOPE OF WORK The Contractor shall maintain the ECWeb application. The maintenance and support shall consist of maintaining, troubleshooting and correcting problems associated with the ECWeb software and database. In addition, the Contractor shall make updates to the ECWeb application code and database to improve system security. APPLICABILITY This Task Order (TO) effort PWS is within the scope of paragraphs 4.1 Program Management, Strategy, Enterprise Architecture and Planning Support; 4.2.6 Web Application Design and Development; and 4.8.2 Application Support of the T4NG Basic PWS. ORDER TYPE The effort shall be proposed on a Firm Fixed Price (FFP) basis. PERFORMANCE DETAILS PERFORMANCE PERIOD The period of performance (PoP) shall be one (1) twelve (12) month base period with two (2) twelve (12) month option periods. PLACE OF PERFORMANCE Efforts under this TO shall be performed at Contractor facilities. The Contractor shall identify the Contractor s place of performance in their Task Execution Plan submission. TRAVEL OR SPECIAL REQUIREMENTS The Government anticipates no travel to perform the tasks associated with the effort throughout the PoP. CONTRACT MANAGEMENT All requirements of Sections 7.0 and 8.0 of the T4NG Basic PWS apply to this effort. This TO shall be addressed in the Contractor s Progress, Status and Management Report as set forth in the T4NG Basic contract. GOVERNMENT FURNISHED PROPERTY Government furnished equipment (GFE) is not anticipated for this TO. The Contractor shall furnish laptops and computer equipment compliant with VA requirements in lieu of GFE laptops and computer equipment. The VA network will be accessed by the Citrix Access Gateway (CAG). SECURITY AND PRIVACY All requirements in Section 6.0 of the T4NG Basic PWS apply to this effort. Specific TO requirements relating to Addendum B, Section B4.0 paragraphs j and k supersede the corresponding T4NG Basic PWS paragraphs, and are as follows, The vendor shall notify VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as is practical, based upon the severity of the incident. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to VA that the patch has been validated as not affecting the Systems within 10 working days. When the vendor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes based upon the requirements identified within the TO. 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. POSITION/TASK RISK DESIGNATION LEVEL(S) In accordance with VA Handbook 0710, Personnel Security and Suitability Program, the position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are: Position Sensitivity and Background Investigation Requirements by Task Task Number Tier1 / Low Risk Tier 2 / Moderate Risk Tier 4 / High Risk 5.1 5.2 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. SPECIFIC TASKS AND DELIVERABLES PROJECT MANAGEMENT CONTRACTOR PROJECT MANAGEMENT PLAN The Contractor shall deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline and tools to be used in execution of this TO effort.  The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support.    The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The initial baseline CPMP shall be concurred upon and updated in accordance with Section B of the TO. The Contractor shall update and maintain the VA Program Manager (PM) approved CPMP throughout the PoP. Deliverable: Contractor Project Management Plan TECHNICAL KICKOFF MEETING The Contractor shall hold a technical kickoff meeting within 10 days after TO award. The Contractor shall present, for review and approval by the Government, the details of the intended approach, work plan, and project schedule for each effort. The Contractor shall specify dates, locations (can be virtual), agenda (shall be provided to all attendees at least five (5) calendar days prior to the meeting), and meeting minutes (shall be provided to all attendees within three (3) calendar days after the meeting). The Contractor shall invite the Contracting Officer (CO), Contract Specialist (CS), COR, and the VA PM. WEEKLY SYSTEM MAINTENANCE MEETING The Contractor shall participate in weekly system maintenance teleconference meetings to discuss and report on any issues that arose during the previous week. ECWEB TROUBLESHOOTING AND MAINTENANCE The Contractor shall perform the following maintenance and troubleshooting functions on the ECWeb application: The Contractor shall perform troubleshooting on ECWeb application issues to include: Writing scripts and pulling data not available through existing ECWeb reports. (Approximately twenty-four (24) times per year) Correcting bugs (e.g., fix system functionality that becomes broken or is not meeting functional needs such as a text field that will not save special characters such as quote marks). (Approximately twenty-four (24) bugs per year) Reversing errors made by users that cannot be directly changed through routine administrative mechanisms (e.g., reopening records that were closed in error). (Approximately twelve (12) times per year) Adjusting the front end so that end users will have a better understanding of the data required on the screen. (e.g., based on user feedback, the NCEHC determines the need to alter the text/instructions and/or appearance of ECWeb screens to provide greater clarity for end users so that there is more accurate and consistent data entry.) (Approximately twelve (12) times per year) Updating web links contained within ECWeb. (Approximately six (6) times per year) Checking accuracy of data calculations. (Approximately six (6) times per year) Working with EWIS personnel to proactively identify planned system changes to the EWIS servers that host ECWeb software. The Contractor shall take appropriate actions to update ECWeb software to avoid negative impacts on ECWeb software performance. Historically, for costing purpose the Contractor can assume two platform upgrades performed over a three-year period. Troubleshooting system outages with EWIS (approximately six (6) times per year). In rare instances, this may require contractor support after normal business hours or on weekends. Ensuring that ECWeb is kept up-to-date with VA security and privacy requirements. The Contractor shall perform the following maintenance steps: Troubleshoot/Analyze ECWeb application issues (i.e. reported bugs or functional issues as described above). Provide solution(s) for consideration and approval by NCEHC, to resolve the ECWeb application issue. Develop an action plan to implement the approved ECWeb application solution. Document the approved solution s test procedure and summary of test results in the Problem/Action Item log. Execute the functional test procedures on the VA s development server. Alert (via email) NCEHC staff to test results in the development/test environment no later than two (2) business days after functional testing is complete. Gain final go-ahead approval of the changes from VA COR. Implement the Tested and Approved ECWeb Application Solution (e.g. updated code, database scripts, etc.) through EWIS. Alert (via email) NCEHC staff when solution has been affected. Follow-up no later than the next weekly system maintenance teleconference meeting to assure that the implemented change met the maintenance needs, or whether further action is required. The Contractor shall remediate security vulnerabilities identified in VA security scan results that are performed on the ECWeb system. The Contractor shall remediate security vulnerabilities identified for both the development and production servers (approximately one (1) time per year). The Contractor shall update names, identifiers, and alignment of facilities and networks in ECWeb (hard code and database) to reflect changes in VA/VHA reorganization. The Contractor shall ensure that these changes are reflected in reports that are generated in the ECWeb system. The Contractor shall provide an up-to-date Problem/Action Item Log at each Weekly System Maintenance Meeting. The Contractor shall maintain ECWeb database documentation to include a comprehensive Database Schema and Data Dictionary. The Contractor shall provide EWIS all tested software changes resulting from tasks under 5.2.1 thru 5.2.6. The Contractor shall obtain VA PM approval of the ECWeb application changes prior to delivery to EWIS. Deliverables: A. Problem/Action Item Log B. Tested and Approved ECWeb Application Solution C. ECWeb Database Schema and Data Dictionary Updates OPTION PERIOD ONE If Option Period One is exercised by VA, the Contractor shall perform all tasks within the Sections and Sub-sections of 5.1 (excluding 5.1.2) and 5.2. OPTION PERIOD TWO If Option Period Two is exercised by VA, the Contractor shall perform all tasks within the Sections and Sub-sections 5.1 (excluding 5.1.2) and 5.2. GENERAL REQUIREMENTS PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Levels of Performance associated with this effort. Performance Objective Performance Standard Acceptable Levels of Performance Technical / Quality of Product or Service Shows understanding of requirements Efficient and effective in meeting requirements Meets technical needs and mission requirements Provides quality services/products Satisfactory or higher Project Milestones and Schedule Quick response capability Products completed, reviewed, delivered in accordance with the established schedule Notifies customer in advance of potential problems Satisfactory or higher Cost & Staffing Currency of expertise and staffing levels appropriate Personnel possess necessary knowledge, skills and abilities to perform tasks Satisfactory or higher Management Integration and coordination of all activities to execute effort Satisfactory or higher The COR will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the TO to ensure that the Contractor is performing the services required by this PWS in an acceptable level of performance. The Government reserves the right to alter or change the QASP at its own discretion. A Performance Based Service Assessment will be used by the COR in accordance with the QASP to assess Contractor performance. SECTION 508 ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS 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. The following Section 508 Requirements supersede Addendum A, Section A3 from the T4NG Basic PWS. 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. A printed copy of the standards will be supplied upon request.   The Contractor shall comply with the technical standards as marked: § 1194.21 Software applications and operating systems § 1194.22 Web-based intranet and internet information and applications § 1194.23 Telecommunications products § 1194.24 Video and multimedia products § 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. Deliverable: Final Section 508 Compliance Test Results NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/583a49c78e21c05fa9ad93ee8048888f)
 
Record
SN05151757-F 20181116/181114230047 (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.