SOURCES SOUGHT
58 -- MOTOROLA RADIOS
- Notice Date
- 7/26/2020 11:16:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q1019
- Response Due
- 7/30/2020 1:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Sheila Reed, Contracting Officer, Phone: 501-257-1053
- E-Mail Address
-
Sheila.reed@va.gov
(Sheila.reed@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 THIS IS A REQUEST FOR INFORMATION NOTICE ONLY, NOT A SOLICITATION ANNOUNCEMENT AND SHOULD NOT BE CONSIDERED AS SUCH. The Government will not pay for any information received in response to this notice, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This notice does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purpose only and will not be released. Vendor participation is not a promise of future business with the Government. The purpose of this notice is to conduct market research and obtain information from qualified businesses. Potential sources must demonstrate experience and knowledge of required equipment, services and capability to provide said products and services. Potential sources shall submit: Business name, address, point of contact and phone number Business size, any applicable socio-economic category and DUNS number Dealer authorization letter Capability statement and product literature demonstrating ability to meet all of the requirements listed, if not providing the brand name (Motorola ®) Identification of company s GSA/Federal Supply Schedules, if applicable. The NAICS Code for this procurement is 541512 small business size standard is $27.5M. STATEMENT OF WORK (SOW) CONTRACT TITLE: POLICE BASE STATION RADIO CONSOLE PLACE OF PERFORMANCE: CENTRAL ARKANSAS VETERANS HEALTHCARE SYSTEM (CAVHA), VISN 16, JOHN L. MCCLELLAN MEDICAL CENTER A. GENERAL: The Central Arkansas Veterans Healthcare System (CAVHS) has an emergent requirement for base station radio console. Already in place are Motorola hand-held radios and Motorola infrastructure, which consists of antennas and repeaters. The Contractor shall provide a radio base station console, with telephone integration to complete Phase II of communications modernization for the Department of Veterans Affairs Police Dispatch Center, located at the John L. McClellan Medical Center, located at 4300 W. 7th Street, Little Rock, AR 72205. Contractor will remove all old hardware and transfer the items back to Department of Veterans Affairs Police Service for final disposition. B. SPECIFICATIONS/SALIENT CHARACTERISTICS: 1. Contractor shall furnish all resources necessary to tie in handheld radio communications into a central console to include software. The system must be capable of incorporating two geographically separate facilities/areas, as local area law enforcement, fire departments and emergency services. This installation includes training (with operating manuals) for six (6) police dispatchers. 2. The console must: Be comparable to a Motorola Avtec/Scout E8 Be compatible with supporting Motorola APX6000XE and APX8000XE radios. Be capable of supporting Federal Information Processing Standards (FIPS) 140-2, Level Advanced Encryption Standard (AES); compliant with North American Electric Reliability Corporation and Critical Infrastructure Plan (NERC-CIP). Be configured to communicate with encrypted local civilian law enforcement channels and civilian fire departments. It must also have a multi-channel scanning function; with a minimum of six (6) channels. Be configured to support the Arkansas Wireless Information Network (AWIN). Have GPS tracking capability for all hand-held VA Police radios. Be equipped with voice program announcement. Have the capability to support digital as well as analog radios. Have touchscreen operability. Have the ability to integrate telephony and broadband/LTE functions in conjunction with radios. Have instant recall recorder functions for radios and telephones. Have two (2) consoles, which integrate with an APX6500 control station. Be setup completely separate from the VA computer network. The network for the system to operate must be installed to include all wires, switches, gateways, radios, and computer. No government equipment, computer, network, wires, gateways, switches, or other parts will be provided by the VA. Have an antenna system which compliments the antennas installed to support the APX8000 and APX6000 handheld radios currently in use. Have the ability to support a conventional set-up, expansion and future trunking evolution. C. TRAINING: Contractor shall provide on-site user training to designated staff once system has been tested and fully functional. Operating manuals must also be provided. D. GOVERNMENT RESPONSIBILITIES: The Government shall be responsible for making the area available to Contractor during normal business hours 7:00 am 5:00 pm. If there is a need for work to be done after hours, the Government will make arrangements for Contractor. E. CONTRACTING OFFICER REPRESENTATIVE (COR): The Government will appoint a COR to monitor the Contractor s performance of this contract. A Delegation of Authority letter shall be forwarded to the Contractor after the contract has been awarded, identifying the individual(s) appointed as the COR(s). F. CONTRACTOR S RESPONSIBILITIES: The Contractor shall maintain personal liability and property damage insurance prescribed by the State of Arkansas and the terms and conditions of this contract. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall comply with all VA safety standards, industry standards, and state & local laws. G. SYSTEM DESIGN AND DEVELOPMENT: 1. Information systems that are designed or developed for or on behalf of VA at non-VA facilities shall comply with all VA directives developed in accordance with FISMA, HIPAA, NIST, and related VA security and privacy control requirements for Federal information systems. This includes standards for the protection of electronic PHI, outlined in 45 C.F.R. Part 164, Subpart C, information and system security categorization level designations in accordance with FIPS 199 and FIPS 200 with implementation of all baseline security controls commensurate with the FIPS 199 system security categorization (reference Appendix D of VA Handbook 6500, VA Information Security Program). During the development cycle a Privacy Impact Assessment (PIA) must be completed, provided to the COR, and approved by the VA Privacy Service in accordance with Directive 6507, VA Privacy Impact Assessment. 2. The contractor/subcontractor shall certify to the COR that applications are fully functional and operate correctly as intended on systems using the VA Federal Desktop Core Configuration (FDCC), and the common security configuration guidelines provided by NIST or the VA. This includes Internet Explorer 7 configured to operate on Windows 10 and Vista (in Protected Mode on Vista) and future versions, as required. 3. The standard installation, operation, maintenance, updating, and patching of software shall not alter the configuration settings from the VA approved and FDCC configuration. Information technology staff must also use the Windows Installer Service for installation to the default program files directory and silently install and uninstall. 4. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. 5. The security controls must be designed, developed, approved by VA, and implemented in accordance with the provisions of VA security system development life cycle as outlined in NIST Special Publication 800-37, Guide for Applying the Risk Management Framework to Federal Information Systems, VA Handbook 6500, Information Security Program and VA Handbook 6500.5, Incorporating Security and Privacy in System Development Lifecycle. 6. The contractor/subcontractor is required to design, develop, or operate a System of Records Notice (SOR) on individuals to accomplish an agency function subject to the Privacy Act of 1974, (as amended), Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Privacy Act may involve the imposition of criminal and civil penalties. 7. The contractor/subcontractor agrees to: (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies: a. The Systems of Records (SOR) and the design, development, or operation work that the contractor/subcontractor is to perform. b. Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a SOR on individuals that is subject to the Privacy Act. c. Include this Privacy Act clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a SOR. 8. In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a SOR on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an agency function, the contractor / subcontractor is considered to be an employee of the agency. a. Operation of a System of Records means performance of any of the activities associated with maintaining the SOR, including the collection, use, maintenance, and dissemination of records. b. Record means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, Medical history, and criminal or employment history and contains the person s name, or identifying number, symbol, or any other identifying particular assigned to the individual, such as a fingerprint or voiceprint, or a photograph. c. System of Records means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. 9. The vendor shall ensure the security of all procured or developed systems and technologies, including their subcomponents (hereinafter referred to as Systems ), throughout the life of this contract and any extension, warranty, or maintenance periods. This includes, but is not limited to workarounds, patches, hotfixes, upgrades, and any physical components (hereafter referred to as Security Fixes) which may be necessary to fix all security vulnerabilities published or known to the vendor anywhere in the Systems, including Operating Systems and firmware. The vendor shall ensure that Security Fixes shall not negatively impact the Systems. 10. 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, but in no event longer than 7 calendar days. 11. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to the 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 within 7 calendar days. 12. All other vulnerabilities shall be remediated as specified in this paragraph in a timely manner based on risk, but within 30 calendar days of discovery or disclosure. Exceptions to this paragraph (e.g. for the convenience of VA) shall only be granted with approval of the contracting officer and the VA Assistant Secretary for Office of Information and Technology. H. QUALITY ASSURANCE: The Contractor is responsible for the quality of all work performed under this contract. Any contract deficiencies identified shall be given a unique tracking number and must be retained by the Contractor for the entire duration of the contract. A report shall be generated by the Contractor containing a description of the complaint; date and time; internal remedies implemented; and resolution of the complaint or deficiency. All deficiencies shall be remedied within seven (7) calendar days of the notification of the complaint or deficiency. All reports shall be delivered to the Contracting Officer s Representative (COR) upon correction for inspection and validation. I. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met, and employees cleared prior to the contractor performing work under this contract. Contractor employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. J. INTERFERENCE TO NORMAL OPERATIONS Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the Government. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. K. PREVENTATIVE MAINTENANCE: (A contract will be awarded upon completion of initial warranty period) The Contractor shall perform annual preventive maintenance inspections on the one (1) year anniversary month or shortly thereafter from the date of system acceptance by CAVHS, or as otherwise arranged with the COR, in accordance with established preventive maintenance manuals for the equipment listed in the final schedule. The Contractor shall utilize the Original Equipment Manufacturer s (OEM) established procedures and checklist or Contractor provided equivalent satisfactory to the COR. A Field Service report shall be supplied to the COR at the completion of each preventive maintenance inspection. Preventive maintenance inspection services shall include, but not limited to the following: Cleaning of all associated equipment. Completing OEM Field Service updates for operational and reliability engineering change notices. Calibrating and checking proper frequency; and performing remedial maintenance of non- emergent nature. Testing and replacing faulty and worn parts; Inspecting/replacing electrical wiring and cables for wear and fraying. Inspecting/replacing all mechanical components including, but not limited to: Cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, gears, and motors for mechanical integrity, safety, and performance to Original manufacturers specifications. Replacing any Original manufacturers labels, decals, or warning tags that are not legible. Returning the equipment to operating condition defined in OEM specifications. Providing documentation of services performed. The Contractor shall notify the Contracting Officer of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers they are not responsible for under the terms of the contract, such as operator misuse. All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. L. CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the contract. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. M. SECURITY AND PRIVACY REQUIREMENTS: This contract has no access to information systems, or patient information. The Certification & Accreditation requirements of VHA Handbook 6500.6 do not apply to this requirement; therefore, a Security Accreditation Package is not required. Contact employees will not require network access. INFORMATION SECURITY The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. CAVHS and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of CAVHS or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to CAVHS. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the contract vehicle. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the Security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to CAVHS control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and CAVHS guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with CAVHS policy. The Contractor shall not create or maintain any records containing any non-public CVAHS information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. CAVHS owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which CAVHS shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take CVAHS-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. ITEM# DESCRIPTION OF SUPPLIES/SERVICES QUANTITY 0001 VALR-SCOUTE8 Avtec Scout E* Console Position 2 each 0002 VALR-APX6500 APX 6500 Control Station 6 each 0003 VALR-INSTALL Installation, Program, and Antenna System 1 each 0004 VALR-PM Project Management. 1 each 0005 VALR-AEW2-5 Avtec Extended Warranty (Yrs. 2-5). Potential sources are to respond via email only to the Contracting Officer, Sheila Reed at Sheila.reed@va.gov no later than 3:00pm (central) , July 30, 2020. Include the following in the email subject line: RFI 36C25620Q1019 Radios . The responses will be reviewed and vendors who return responses with proof of their ability to meet the salient characteristics identified will receive formal notification or feedback. This notice is to assist in determining sources only. There is no solicitation currently available. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside, sole source award or any other guarantee of award strategy. All information is to be provided on a voluntary basis and at no charge to the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f7ca1f3c07e64ca088290e2fcc91079a/view)
- Record
- SN05733825-F 20200728/200726230139 (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 |