Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOURCES SOUGHT

J -- BioRad Unity Real Time 2 for the VAMC Lexington KY

Notice Date
3/18/2020 4:28:57 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0157
 
Response Due
3/24/2020 12:00:00 AM
 
Archive Date
04/23/2020
 
Point of Contact
Christina (Tina) Smith Conrtacting Officer 615-225-6395
 
E-Mail Address
Christina.smith7@va.gov
(Christina.smith7@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources (small and other than small) to perform a potential requirement. The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole source, firm fixed price contract, for one base year, and 4 option years to Data Innovations, LLC, 120 Kimball Avenue, S. Burlington, VT 05403. The contract is expected to be awarded under FAR 6.302-1. A Justification and Approval for Other Than Full and Open Competition will be prepared. The period of performance shall be for one (1) base year and four (4) option years beginning 4/1/2020 through 3/31/2025. The contract will provide Pathology and Laboratory Medicine Service (P&LMS), with the BioRad Unity Real Time 2 quality control (QC) data management software, ongoing support and maintenance at the Lexington Veterans Affairs Medical Center located at 1101 Veterans Drive, Lexington, KY 40502-2236. The contractor shall provide all services, personnel, equipment, tools, materials, supervision and other items necessary to provide preventive maintenance and software support remotely and on site for the BioRad Unity Real Time 2 to be in the Lexington VA Health Care System Pathology & Laboratory Service. Information Technology Background The Federal CIO has confirmed that for SaaS, agencies have the option of: (1) leveraging a P-ATO completed by the Joint Authorization Board; (2) leveraging an ATO completed by another agency, or (3) conducting their own ATO. However, if either the JAB or another agency has already gone through the RMF process with the cloud service provider then we encourage the agency to leverage the work already done. This is less burdensome for both the agencies and the service providers. Regardless of the approach, VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. Technical Requirements Data Management system Product must be compatible and maintain compatibility with Data Innovations� Instrument Manager auto verification program. Product must maintain compatibility with VAMC Microsoft operating systems. If an incompatibility does occur; compatible, comparable software will be provided at no cost to the federal government to prevent loss of software functionality. The contractor will shall be responsible for providing all hardware required for the connection, implementation and operation of the interface to the universal interface, including the license for Data Innovations connection, the connectivity hardware for Data Innovations, and the yearly maintenance and support for the Data Innovations license for the first (base) year of the contract. General Requirements Upgrades/updates The contractor shall provide hardware/software upgrades necessary to maintaining the integrity of the system at no additional charge to the government. These must be provided as they become available and as they are being offered to commercial customers. Support/Maintenance Contractor must offer Monday Friday 5:00 a.m. to 5:00 p.m. PST, (business hours) support via telephone or email. Contractor must provide validation testing for each software update and new product release. Contractor response time to any service call received during business hours must be within 24 hours. The response time begins when the request is initiated with the Vendor Customer Contact System and ends when the Software Support representative closes the incident ticket. Software problems and/or upgrade issues must be resolved as soon as possible. If problems cannot be resolved within one week, new, properly functioning software must be installed to correct the issue. Contractor must be available to assist with upgrade issues that effect the operation of the software. Training Upon installation, contractor must offer live online training sessions to end-users at no charge to the government. Contractor may supplement training with online training materials. Site Preparation Contractor must work with our Information Technology (IT) service to setup and install software to our specifications. Site preparation specifications shall be furnished in writing by the Contractor as a part of the equipment proposal. These specifications shall be in such detail as to ensure that the software to be installed shall operate efficiently and conform to the manufacturer s claimed specifications. Implementation and Transition Software installation, validation, and implementation must be complete within 60 days of awarding the contract, unless LVAHCS P&LMS requires a later installation date. Training must begin within one workweek of installation completion. A training or competency checklist shall be provided by the Contractor. Comparison and Validation Comparison and Validation must be tested in a test environment before being implemented in our live production environment. Procedure Manual The vendor shall provide a copy of operating procedures in Clinical and Laboratory Standards Institute (CLSI) digital format at time of installation using software compatible with VA (Microsoft Office WORD). Assessment, authorization, and continuous monitoring The information system solution selected by the Contractor shall comply with the Federal Information Security Management Act (FISMA). The Contractor shall comply with FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. Following guidance from the Federal CIO, VA will utilize existing JAB ATO or agency ATO issued by another agency as a starting point for FedRAMP requirements. If neither of those exist, VA will sponsor FedRAMP ATO. VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. The Contractor shall, where applicable, assist with the VA Authority to Operate (ATO) Process to help achieve agency authorization of the cloud service or migrated application. The Contractor shall afford VA access to the Contractor s and Cloud Service Provider s facilities, installations, technical capabilities, operations, documentation, records, and databases. If new or unanticipated threats or hazards are discovered by either VA or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party in accordance with the security appendix B. The Contractor shall not release any data without the consent of VA in writing. All requests for release must be submitted in writing to the COR/CO. Trusted Internet Connection (TIC) The Contractor solution shall meet the requirements outlined in Office of Management and Budget Memorandum M08-05 mandating Trusted Internet Connections (TIC) (https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/fy2008/m08-05.pdf), M08-23 mandating Domain Name System Security (NSSEC) (https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/fy2008/m08-23.pdf), and shall comply with the Trusted Internet Connections (TIC) Reference Architecture Document, Version 2.0 https://www.cisa.gov/sites/default/files/publications/TIC_Ref_Arch_v2.2_2017.pdf THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested SDVOSB, VOSB, and other small business parties may identify their interest and capability by responding to this requirement no later than March 24, 2020 at 5:00PM, Central Standard Time (CST). Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE UNITY REAL TIME 2 in the subject line. All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed within this notice to Contracting Officer, Tina Smith by email at Christina.smith7@va.gov . The capability documentation should include general information and technical background describing in detail, the prospective contractor's capabilities and experience that will demonstrate their ability to support this requirement and licenses to work on this equipment. Point of Contact: Tina Smith, Contracting Officer, e-mail above. NAICS code: 541519 and SBA Sized Standard is $ $30.0M. PSC J070 NOTE: Any respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/95a76f7ca50b48af95951620b12b32cb/view)
 
Place of Performance
Address: VAMC Lexington;1101 Veterans Drive;Lexington, KY 40502, USA
Zip Code: 40502
Country: USA
 
Record
SN05593686-F 20200320/200318230225 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.