SPECIAL NOTICE
D -- Data Innovations Instrument Management Interfacing System Intent to Sole Source
- Notice Date
- 9/13/2024 11:13:42 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q1017
- Response Due
- 9/17/2024 6:00:00 AM
- Archive Date
- 10/02/2024
- Point of Contact
- Christa L Stine, Contract Specialist, Phone: 570-824-3521
- E-Mail Address
-
christa.stine@va.gov
(christa.stine@va.gov)
- Awardee
- null
- Description
- INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 4 (NCO4) intends to sole source a contract for Data Innovations Instrument Manager software for the existing Production, Test, Lab Intelligence, and High Availability products along with Bio-rad QC integration & light pole for the Erie VA Medical Center. All work is to be completed in accordance with statement of work. This sole source contract will be solicited and negotiated with Data Innovations, LLC under the authority of FAR 13.106-1 Single Source Justification. See attached Draft Statement of Work (SOW). The North American Industry Classification System (NAICS) code for this procurement is 513210. The Small Business Administration (SBA) size standard is $47 Million. Interested vendors that can meet this requirement, shall identify their interest and capability, and respond to this notice by 09/17/2024 by 10:00 AM EST. Interested vendors must send a capability statement, no more than one page in length; to include Company Name, ueiSAM Number, Socioeconomic Category, brief description of your business entities capability to handle this project at the Lebanon VA Medical Center. This Special Notice of Intent to Sole Source is for planning purposes only. No solicitation will be made available. This is not a request for quotations. All information shall be provided at no cost or obligation to the Government. Responses must be sent via email to the Contracting Specialist at christa.stine@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon the responses to this notice is solely at the discretion of the Government. If no responses are received, Contracting will proceed with the sole source negotiation with Pharmacy OneSource, INC. Statement of Work: Software service contract for the maintenance and support of Data Innovations Instrument Manager software for the existing Production, Test, Lab Intelligence, and High Availability products along with Bio-rad QC integration & light pole. The existing middleware enables the interface of the Laboratory analyzers and VistA so laboratory results can be recorded in the patient record. Three (3) additional license connections along with maintenance & support of those connections, in addition to the existing (16) connections for a total of 19 connections, within Instrument Manager are also needed to increase the number of analyzers interfaced to VA s VistA LIS and meet VA National Enforcement Office Compliance QSE9.058.05 stating that all test systems compatible with LIS and meet VA information security requirements are interfaced to LIS. Contractor will provide a quotation for all services requested within this Statement of Work. Support requests may be initiated via phone, email, or Customer Web Portal (CWP) access. Non-emergency support is available Monday through Friday, excluding holidays during the following hours for the listed time-zones: 9 a.m. 8 p.m. EST/EDT Emergency support is available 24x7x365. An emergency support request may be logged only on a live Instrument Manager system where a portion has become non operative and is affecting a critical laboratory function. Maintenance Maintenance will include the following: Availability of patches, updates, enhancements, and new versions of the software covered. Access to the driver downloads web page for updated and new drivers. Access to the Language Locale web page for updated and new language locale. Individual username and password access to Customer Web Portal (CWP). Allows creation and tracking of support requests Includes a Knowledge Base. Opportunity to join any of the email notification services. OPTION YEARS: Please provide quotes for additional years. Fiscal Year 2025 (period of performance 12/01/2024 11/30/2025) Cost per month Fiscal Year 2026 (period of performance 12/01/2025 11/30/2026) Cost per month Fiscal Year 2027 (period of performance 12/01/2026 11/30/2027) Cost per month Fiscal Year 2028 (period of performance 12/01/2027 11/30/2028) Cost per month Fiscal Year 2029 (period of performance 12/01/2028 11/30/2029) Cost per month PAYMENTS: Payments will be made in accordance with the established schedule and after receipt of properly prepared invoices. Invoices must contain the Contractors billing address, invoice number, invoice date and current purchase order number. Invoices may be submitted directly to: Financial Services Center P.O. Box 149971 Austin, Texas, 78772. CANCELLATION: If during the contract period the equipment is deemed, by the Government, to be irreparable, not cost effective to be repaired or is replaced with new equipment, the VA Medical Center reserves the right to delete the applicable equipment from the contract and/or cancel the entire contract thirty (30) days after notifying the Contractor of the intent to cancel the contract. Work not performed by the Contractor will be deducted from the contract on a pro-rata basis. INFORMATION SYSTEMS SECURITY REQUIREMENTS: GENERAL Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. The C & A requirements do not apply, and that a Security Accreditation Package is not required. 2. SECURITY INCIDENT INVESTIGATION Upon discovery of any known or suspected security/privacy incidents or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COTR, the designed ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. 3. Liquidated Damages for Data Breach Consistent with the requirements of 38 U.S.C. ยง 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. Based on the determinations of an independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 4. Training a. Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA s requirements, they will provide the COTR or CO a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in VA s contact have received their annual security/privacy training that meets VA s requirements and the total number of employees trained. b. Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on an annual basis an acknowledgment that they have read, understand, and agree to abide by VA s Contractor Rules of Behavior which is attached to this contract (Appendix D). Note: If a medical device vendor anticipates that the services under the contractor will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems 5. Information System Hosting, Operation, Maintenance, or Use: Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: a. Vendor must accept the system without the drive; b. VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or c. VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. BACKGROUND INVESTIGATION: In accordance with the memo, subject: Contractors Excepted from Background Investigations and Screenings, dated Feb. 8, 2007, a background investigation is not needed for this contractor. The contractor does not meet the requirements for a background investigation, based on the clarification, provided in the memo, which states: Contract personnel with limited and intermittent access to equipment connected to facility networks where PHI may be resident, including medical equipment contractors who install, maintain and repair networked medical equipment such as CT scanners, EKG systems, ICU monitoring, etc. Here medical facilities must have a VA Business Associate Agreement with the vendor to assure compliance with the requirements of the Privacy Act of 1974 and the Health Insurance Portability and Accountability Act of 1996. BUSINESS ASSOCIATE AGREEMENT: Upon award of the contract, the Contractor will be required to sign, or modify an existing, Business Associate Agreement, as needed. A local BAA will not be initiated if a national BAA is already established.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60aca6a2c7dc4c968a7c773119ef69fc/view)
- Record
- SN07210408-F 20240915/240913230116 (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 |