Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

Q -- Imaging CT for Pike and Cobb CBOC's Atlanta VA Medical Center

Notice Date
11/9/2020 4:12:22 AM
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0097
 
Response Due
11/13/2020 6:30:00 AM
 
Archive Date
11/28/2020
 
Point of Contact
Chaz D. Bowling, Contract Specialist, Phone: (615) 440-3018
 
E-Mail Address
chaz.bowling@va.gov
(chaz.bowling@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a Sources Sought to conduct market research to determine the availability of small business vendors capable of providing the requirement for Imaging Computed Tomography (CT). Please see Statement of work for details. This requirement is for the Atlanta VA Medical Centers Pike and Cobb Community-Based Outpatient Clinics. The sources sought does not guarantee the issuance of an RFQ. If you have the availability to provide the requirement, please respond to the sources sought with a capabilities statement. The sources sought is issued solely for information and planning purposes. It does not commit the Government to contract for any supply or service whatsoever. The VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to the sources sought; all costs associated with responding to the sources sought will be solely at the interested vendor s expense. Not responding to the sources sought does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. If you wish to note any discrepancies or additions needed in the performance work statement (PWS) to successfully complete this service, please provide it in your response. Please note any information provided will be verified as an actual need and does not guarantee a change in the final PWS. Please note that requirements defined to date may change before a final solicitation is released. Sources Sought requirements are as follows: Please acknowledge if your company is an authorized provider of the of these services. Submit responses and related information via email to chaz.bowling@va.gov by 9:30 AM EST, November 13, 2020. Proprietary/Confidential material shall be clearly marked on every page that contains such. Include the name, phone number, and email address of the lead from your organization. VA reserves the right not to respond to any or all emails or materials submitted. Provide Past Performance, if services have been provided before PERFORMANCE OF WORK STATEMENT Radiology Services Computed Tomography (CT Scan) scanner services are required by the Atlanta VA Health Care System (ATLVAHCS). Contractor shall furnish all personnel, materials, supplies, supervision and equipment necessary to provide CT Scan services as detailed in the schedule of supplies/services and Price/cost, all in accordance with the Statement of Work, terms and conditions of this solicitation. Computed Tomography (CT Scan) scanner shall be located at Atlanta VA HCS Community Based Outpatient Clinics (CBOC s) with optional additional planned (future) sites, if funds permit. Specific addresses listed: Pike Pike does not have a physical address yet, US Highway 19 North, Zebulon GA Cobb- Cobb 1263 Cobb Parkway NW Marietta, GA  30066 SPECIFICATIONS (COMPUTED TOMOGRAPHY (CT SCAN)): The Contractor shall provide a Computed Tomography (CT Scanner) to perform the following examinations: Cervical spine Thoracic spine Lumbar spine Spine Extremities Abdomen Pelvis Sinus/face, head, orbits, temporal bones Chest without contrast, chest with contrast, Chest/Abdomen/Pelvis Dual Phase Liver, Pancreatic protocol, Endograph protocol, AAA protocol, PE protocol Complete high-resolution Lung CT exams Equipment: The provider will deliver on each scan day a clean well-maintained state-of-the-art Computed Tomography (CT Scan) unit - minimum 64 slice Siemens Edge, comparable unit that is currently utilized at the Atlanta VA main facility. The provider will have available, at provider expense, any surface accessories for performance of all imaging studies. The provider will be responsible for maintenance of all connectivity cables from the unit to the fixed connectivity ports. The ATLVAHCS will provide well maintained fixed connectivity ports. The provider will be responsible for collaborating all connecting and disconnecting power, and network connections. The CT acquisition environment will have a means of redundant backup of all patient data. Communication with CT workstation technology & Radiology service printers. The provider will ensure that all software and licenses necessary to have full Digital Imaging Communications in Medicine (DICOM) communication between the CT workstation technology and ATLVAHCS Radiology service are acquired and installed. Communication between CT systems & Radiology service Picture Archiving and Communication System (PACS). Provider will ensure that a convenient and robust means of DICOM transfer of CT studies to the VAMC Radiology Service PACS is operational. The provider will obtain and provide to VAMC any technology necessary to ensure that CT studies can be conveniently read on the existing VAMC PACS display technology. Any peripherals that the VAMC does not have but that are needed to insure convenient and timely display of CT studies in the ATLVAHCS Radiology service will be obtained by the provider, be installed and maintained by the provider, and become the property of the VAMC. Such technology will be retained by the VAMC so that at future dates the archived studies can be reviewed. Each CT study will be transferred to the VAMC PACS immediately following acquisition of the study so that it can, if necessary, be reviewed before the patient leaves the Computed Tomography (CT Scan) and / or the CBOC. Contrast studies are to be determined, if needed. The equipment shall have the capabilities necessary to perform the following: Dedicated imaging protocols for all applications CT scans to include: sinus/face, head, orbits, temporal bones, soft tissue neck, routine abdomen and pelvis, hi-resolution chest, chest without contrast, chest with contrast, Chest/Abdomen/Pelvis, A/P for Hematuria, Renal Mass protocol, Adrenal Mass protocol, Dual Phase Liver, Pancreatic protocol, Endograph protocol, AAA protocol, PE protocol, Runoff, CTA Head, CTA head and neck, CTA neck, cervical spine, thoracic spine, lumbar spine, upper extremity, and lower extremity. Imaging, in multi-slice or 3D techniques, if needed Perform sagittal and coronal reformats on all exams Achieve lumen visualization in cardiac and vascular imaging as needed Dedicated imaging protocols for Abdomen / Pelvis applications To include: Renal Mass Protocol, Dual Phase Liver, Endograph protocol, AAA, Hematuria, Adrenal Mass, Pancreatic Protocol, PE protocol, and CTA Runoff High quality imaging for assessment of lesions in all anatomical areas Complete high-resolution Lung CT exams Copying of all examine parameters from any previous scan to a near acquisition Selection of image matrix sizes freely up to 1024 X 1024 Dynamic studies with all imaging methods allowing entire scans to be repeated multiple times. To include: Dual Phase Liver, Renal Mass Protocols, Hematuria, Endograph protocol, Adrenal Mass Protocol, and Pancreatic Protocol Manual start controlled from the gantry or operator s console Various motion and artifact reduction techniques Phase contrast imaging The CT shall be capable of performing 0.6 mm thick scan images Utilities and Government Furnished Materials: Fiber reinforced area Power outlets located for needed power requirements. An example of power requirements would be 480 volts, 3 phase, 150 amps, 112 kVA.] Contrast Injector, if needed and Contrast Media if needed. One (1) telephone line located in the CT Control area One computer terminal with ATLVAHCS Radiology PACS network access Telephone instruments as needed Restroom facilities within a reasonable walking distance Printer for printing request Provide all supplies, including basic consumables and linens, required to perform the CT examinations Supplies: The Contractor will be responsible for providing all necessary QA Phantoms for quality assurance testing. The Contractor will provide a clean Computed Tomography (CT Scan) area and dispose of trash in a responsible manner. TASKS Contractor will provide Computed Tomography (CT Scan) services utilizing equipment meeting the minimum specifications listed in section 1. Contractor will available and provide patient exams five (5) days per week, excluding Federal Holidays listed in section 7.3; Contractor will perform arrival and departure such that the Computed Tomography (CT Scan) operates full days (8AM-7PM EST); Contractor to verify that equipment is used for federal government contract work only; Contractor will be solely responsible for all staffing issues related to the Computed Tomography (CT Scan); Contractor will perform arrival, set-up, take-down, and departure of Computed Tomography (CT Scan) in a manner that results in limited or no disruption to normal operations of the ATLVAHCS; Contractor will perform an estimated minimum fifteen to sixteen (15-16) CT studies per day; Contractor will provide an accurate screening VA form for each patient; Contractor will provide an Average patient scan time of thirty (30) minutes; Contractor will provide a system that is compatible with VistA Imaging; Contractor will transfer images to VistA Imaging immediately on completion of each scan via network connection; Contractor will abide by all VA hospital rules and regulations, to include all VA Information and Security guidelines. Contractor will maintain all training, licenses, and certifications to perform this service and provide technologist that meet the qualifications in section 3.1; Contractor will be solely responsible for all technologists and other staffing issues related to the operation of the Computed Tomography (CT Scan); Contractor will provide each day a clean Computed Tomography (CT Scan) and dispose of trash in a responsible manner; Contractor will adhere to all Health Insurance Portability and Accountability Act (HIPPA) and Occupational Safety and Health Administration (OSHA) requirements and regulations; Contractor will communicate effectively with radiologist and other physicians; Contractor will provide excellent customer service to all patients and staff and; Contractor will provide back-up CT technologists when needed to limit any downtime. QUALIFICATIONS CT Technologist: Must be registered under the American Registry of Radiologic Technologists (CT) (ARRT); Must be Basic Life Support (BLS) certified; Must be Cardiopulmonary Resuscitation (CPR) certified and; Preferably at least three (3) years experience All training and certifications must be up to date and maintained through the life of the contract. SPECIAL REQUIREMENTS: Resources: The resources specified in this contract may be charged only by written modification by the assigned Veterans Integrated Service Network (VISN) 7 VA Contracting Officer. The CT services to be performed by the Contractor will be under the direction of the Chief, Radiology Service, ATLVAHCS. The resulting contract is a non-personnel services contract under which the personnel rendering services are not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. Term of Contract: The contract is effective for one (1) year base period and four (4) 12-month option periods. See section 7. Funds for option period will be subject to the availability of funds. Service will not be performed by the Contractor after the ending date of this contract, until the Contracting Officer authorizes such services in writing. Staffing: The Contractor will be solely responsible for hiring, training, and compensating the CT technologists and assistants needed to perform CT examinations. It is required that staffing levels be such that the CT units operate competently, professionally, and efficiently. All technologists will have all credentials necessary to work as such within the VA system. All technologists will have current certifications in basic life support procedures. All technologists will maintain all immunizations required of practicing medical professionals. All technologists will adhere to all relevant radiation safety practices and relevant magnetic safety practices. All technologists will always work in a professional manner. Study Quality: The Contractor will provide the ATLVAHCS a study-quality standard (a binder and/or CD of data and studies) that reflects the quality of the studies the provider is prepared to insure will be maintained throughout the duration of the contract. Examples of most, if not all, study types to be performed will be included in the study-quality standard. Quality Control: The Contractor will have a documented quality assurance program and provide the ATLVAHCS copies of quality assurance documents. The program will comply with all relevant The Joint Commission (TJC) and HIPPA standards. The Contractor will have readily available several phantoms that can be used to determine CT parameters. Phantom studies will be conducted as needed to test and ensure study quality. Site Maintenance: The ATLVAHCS will be responsible for maintenance of the appropriate equipment for support and location of the CT units. The ATLVAHCS will be responsible for maintenance of connectivity ports appropriate for linking the CT units to power, computer network, and local-access phone/modem/fax as needed. The telephone technology will include one line dedicated for access to the CBOC lines in the ATLVAHCS. The phone line must be a dedicated sole use line used for professional work. The ATLVAHCS will be responsible for connectivity from within the ATLVAHCS to connectivity ports located in the ATLVAHCS CBOC facility at the site. The Contractor will be responsible for collaboration of connectivity from the CT unit within the facility to the connectivity ports of the provided by the ATLVAHCS. Pre-operation Contractor/ ATLVAHCS Tests of CT Units: The Contractor and ATLVAHCS personnel will conduct tests of the CT units when they are first located. The tests will be performed to ensure the units are working properly, to ensure all needed/desired connectivity s are functioning properly, and to ensure functionality is such that the conditions of this contract are met prior to the date of award. Service Contracts: The Contractor will have, throughout the period of the contract, a service contract with the vendors of any CT units indicated. These service contracts will include service on the CT s, and on any peripherals required to ensure connectivity to the ATLVAHCS Radiology Service PACS. No routine maintenance will be scheduled or performed such that it conflicts with the imaging schedules of the Computed Tomography (CT Scan). No maintenance will be scheduled or performed during scheduled scanning hours except to address emergency failures of the units. Service response time to emergency failures should be within two hours. Medical Records: Clinical and/or other medical records, including images in DICOM form, of VA beneficiaries treated by the Contractor will be forwarded to the ATLVAHCS and shall remain the property of the US Government. The ATLVAHCS will own solely the data/images of the examinations and studies performed on the CT scanners / units. Insurance: The Contractor will provide proof of liability and workers compensation, a certificate of insurance providing evidence of liability coverage including the name of the insurance carrier, limits of liability and type of coverage (Ref: VAAR 852.237-7, Indemnification and Medical Liability Insurance).Standard requirement for $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage as well. Medical Emergencies: The Contractor will adhere to the ATLVAHCS written emergency plans addressing emergencies such as patient codes, personal injury, fire, and disruptive behavior. A crash cart will be appropriately located within the CBOC area. All emergencies will be handled by the ATLVAHCS CBOC code Team. The ATLVAHCS Clinicians will provide to the ATLVAHCS written emergency plans addressing emergencies such as patient coded, personal injury, fire, and disruptive behavior. Regulatory Adherence: The Contractor is responsible for adhering to all relevant regulations regarding patient care, medical practice, use of contract agents, use of radiopharmaceuticals, operation of CT technology, and CT technology. Examples of relevant regulations are those of National Health Physics Program (NHPP), Occupational Safety and Health Administration (OSHA), TJC, National Research Council (NRC), VHA, and various other federal agencies. Quality and Contract Monitoring: The Contractor will be monitored through a variety of mechanisms appropriate to VA regulations and policies. The Contracting Officers Technical Representative (COR) (114) will be responsible for monitoring the quality of services provided under this contract. QUALITY ASSURANCE SERVEILANCE PLAN (QASP) Performance: The contractor is responsible for performance of ALL terms and conditions of the contract. CORs will provide contract progress reports quarterly to the CO reflecting performance on this plan and all other aspects of the resultant contract. The performance standards outlined in this QASP shall be used to determine the level of contractor performance in the elements defined. Performance standards define desired services. The Government performs surveillance to determine the level of Contractor performance to these standards. Incentives / Deducts: The Government shall use exercise of option period and past performance as incentives. Incentives shall be based on exceeding, meeting, or not meeting performance standards. Methods of Surveillance: DIRECT OBSERVATION - The COR and/or his designee will regularly observe the work performance of the vendor or vendor s employee during normal work hours and at dates and times consistent with operational efficiency. PERIODIC INSPECTION - The COR and/or his designee will perform periodic inspection of equipment service reports and other standard documentation of all maintenance performed. PATIENT/CUSTOMER COMPLAINTS - The COR and/or his designee will review and investigate as necessary any staff patient or visitor s complaints, with results to be discussed with vendor as required. Performance Standards: Task Indicator Standard Acceptable Quality Level Surveillance Method Rating Incentive \ Disincentive Provide personnel in the work area and available for work at appointed times 2.1 Daily >98% Direct observation EXCEPTIONAL 96% 100 % Uptime SATISFACTORY 90 - 95% Uptime UNSATISFACTORY 0% - 89% Uptime A positive or negative performance will be documented in past performance reports (CPARS), and/or contract termination. Adhere to HIPPA requirements 2.1.16 Daily >100% Inspection by COR and Radiology management EXCEPTIONAL 96% 100 % Uptime SATISFACTORY 90 - 95% Uptime UNSATISFACTORY 0% - 89% Uptime A positive or negative performance will be documented in past performance reports (CPARS), and/or contract termination Complete a screening form accurately for each patient 2.1.8 Daily >95% Periodic Inspection EXCEPTIONAL 96% 100 % Uptime SATISFACTORY 90 - 95% Uptime UNSATISFACTORY 0% - 89% Uptime A positive or negative performance will be documented in past performance reports (CPARS), and/or contract termination Provide properly cleaned equipment in working order 2.1.16 Within acceptable medical standards 100% Direct observation/periodic inspection EXCEPTIONAL 96% 100 % Uptime SATISFACTORY 90 - 95% Uptime UNSATISFACTORY 0% - 89% Uptime A positive or negative performance will be documented in past performance reports (CPARS), and/or contract termination Complete scheduled exams daily 2.1.2 2.1.7 Complete all scheduled exams >98% Direct observation EXCEPTIONAL 96% 100 % Uptime SATISFACTORY 90 - 95% Uptime UNSATISFACTORY 0% - 89% Uptime A positive or negative performance will be documented in past performance reports (CPARS), and/or contract termination PAYMENT The Contractor will be paid monthly, in arrears, upon receipt of a properly prepared invoice. The invoice shall include at a minimum: invoice number, invoice amount, Contract s name and address, contract number, purchase order number and period of performance. The Contractor will provide backup document to COR for verification of amount invoiced. Backup document shall include invoice number, Contractor s name and address, the contract number, purchase order number, date of exam, type of exam, referring physician s name, invoice amount and any additional cases. Invoices will be reconciled with VA record prior to disbursement of payments. The Contractor shall submit all invoices to the following address: FSC VA (667) PO BOX 149971 Austin, TX 78714-8971 If provider is unable to have on site for standard operational day (0800 to 1900) an operational system for all hours of operation, then payment shall be prorated to reflect hours the system did operate. Provider will include a prorated charge schedule indicting charges to the VAMC if system is operational on site for less than the 9 hours) an operational system for all hours of operation, then payment shall be prorated to reflect hours the system did operate. Provider will include a prorated charge schedule indicating charges to the VAMC if system is operational on site for less than the 9 hours. This only applies if we are billing by scheduled days and not by number of scheduled procedures. ADMINISTRATION OF CONTRACT: The Contractor shall contact the Contracting Officer on all matters pertaining to the administration of this contract. Only the Contracting Officer is authorized to make changes that will affect the price, quantity, quality, or delivery terms of this contract. CONFLICT OF INTEREST: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs. Nor shall the Contractor employ any person who is a member of the immediate family of a VA employee, if the employment of that family member would create a conflict of interest, or the appearance of a conflict of interest, particularly with regard to influencing the contract negotiations, terms of the contract or the work carried out under the contract. In any such case VA must review the matter and give its approval in accordance with agency ethics rules. CONTRACT MONITORING PROCEDURES: At the time of contract award, the Contracting Officer will appoint a Contracting Officer Technical Representative (COR) to assist with the contract monitoring requirements. The COR will monitor such items as quality of service, timeliness of performance, customer service, cost control business relations. In accordance with FAR 1.601 (a) Contracts may be entered into and signed on behalf of the Government only by contracting officers. A COR is not authorized to modify the stated terms of the contract, including extending the length of the contract period. Quality of service will be monitored through a continuous review of requested studies vs. performed studies, the appropriateness of images produced and morbidity and mortality figures. These factors will be rated by a consensus of radiologists interpreting the CT studies and through a radiologist or resident in the CT unit setting protocols for scan and observing patients and procedures through the study process. Timeliness of performance will be measured through daily workload counts compared to daily number of studies ordered. Customer service will be monitored through periodic unannounced visits to the CT unit and through patient satisfaction surveys completed by CT patients. Cost control will be monitored through a comparison of overtime hours worked and the type and number of studies completed per day. Appropriate regulatory and accrediting standards will apply, and all adverse events will be reported in accordance with medical center and other applicable guidelines. The delegated COR will notify the Contracting Officer of any non-compliance immediately upon his/her gaining knowledge of any such situation or incident. Initial communication of such may be communicated by telephone. After such communication, the COR will provide a written statement to the Contracting Officer along with any supporting documentation regarding the performance failure noticed. Upon receipt of a proper invoice, the COR shall certify that the services identified have been performed. Once certification has been made, the invoice will be forward through the proper billing channels and payment shall be made to the Contractor. Both parties shall jointly conduct a review of Contractor s performance to evaluate if services being provided are in accordance with the contract terms and if payments and billings are being properly handled. This review shall include but is not limited to analysis of all billings, payments, costs, administrative issues, patient satisfaction, quality of care and other related documentation that identifies that services have been received. Any concerns need to be brought to the Contractor/COR s attention at the time noted rather than an agreement reached prior to the expiration of services provided and consideration being received are satisfactory. Upon conclusion of the initial contract period and all option periods, and in coordination with the Contracting Officer, the using service shall provide a statement to the Contracting Officer providing a summary of Contractor s actions and a statement that all requirements of the contract were fulfilled as agreed. This information shall be forwarded by the COR to the Contracting Officer at least 90 days prior to the end of base period and each option period if option periods are included. LOCATIONS AND PERIOD OF PERFORMANCE: The Atlanta VA HCS Community Based Outpatient Clinics are a beneficiaries of the Atlanta VA Health Care System including the Radiology Service located at: Department of Veterans Affairs 1670 Clairmont Road Decatur, GA 30033 10.1.2. Period of Performance (POP): Base Year 11/01/2020 10/31/2021 Option One (1) 11/01/2021 10/31/2022 Option Two (2) 11/01/2022 10/31/2023 Option Three (3) 11/01/2023 10/31/2024 Option Four (4) 11/01/2024 10/31/2025 Hours of Operation: The contractor will provide the service during the hours of operation Monday Friday, 8:00 AM 7:00 PM eastern standard time (EST) and is subject to change depending on the Governments need. Weekends may be added through contract modification if funds permit. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Any other date specifically declared by the President of The United States to be a national holiday will also be observed. =========================================================================== INFORMATION SECURITY: a. IT access: All Contractor personnel accessing Veterans Health Information and Technology architecture (VISTA, etc.) system will be required to sign and abide by all VA security policies and applicable confidentiality statues and the privacy act. b. Patient confidentiality: Contractor to maintain the confidentiality of patient records in accordance with the Privacy Act. HIPAA and all VHA Privacy regulations. c. Security requirements: Contractor shall insure the confidentiality of all patient and employee information and are subject to the completion of all mandatory training specified by the VHA. d. Employee Background Checks: Contractor(s) are required to have background investigations initiated; to include fingerprints, PRIOR to start of contract. Contractor(s) will have completed VA Information Security and Privacy along with Rules of Behavior from the following link https://www.ees-learning.net/librix/loginhtml.asp?v=librix prior to start of contract and will compete on an annual basis, before the expiration of previous training. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS: a. A contractor/sub-contractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software development and outsourced operations must be in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. f. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (01) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (02) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (03) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (04) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the Contracting Officer for inclusion in the solic...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/acea3ac7277542fd9d944ec6438fa7f3/view)
 
Place of Performance
Address: Department of Veterans Affairs Atlanta VA Medical Center Pike and Cobb CBOC's 1670 Clairmont Road, Decatur, GA 30033, USA
Zip Code: 30033
Country: USA
 
Record
SN05849726-F 20201111/201109230142 (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.