SOURCES SOUGHT
66 -- Sources Sought - BPA for NCO20 Urinalysis Testing
- Notice Date
- 12/3/2024 9:37:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0097
- Response Due
- 12/20/2024 3:00:00 PM
- Archive Date
- 01/04/2025
- Point of Contact
- Peter Park, Contract Specialist
- E-Mail Address
-
Peter.Park2@va.gov
(Peter.Park2@va.gov)
- Awardee
- null
- Description
- Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested and capable of providing the services requested, as well as any large businesses. The results from this source sought notice will be used to determine the appropriate set-aside. The intended contract is a firm-fixed price service contract. The Department of Veterans Affairs, NCO20 is looking for vendor sources for the following requirement: A blanket purchase order (Base + 4 Option Years) for urinalysis testing See Attachments for more information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers and POCs Attachment C: V20 BPA Price List (must be filled out) Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov by below response deadline: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. Provide any existing GSA/FSS contract number this requirement can be fulfilled under. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334516 Analytical Laboratory Instrument Manufacturing. To be considered a small business your company must have less than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) Only authorized service representatives/providers of the manufacturer will be considered. No used, refurbished, remanufactured, or counterfeit parts will be allowed. Please provide a proof of authorized service provider letter from manufacturer. 5) Please complete the attached Price List (Attachment C). This is not a quote. 6) Capabilities Statement addressing the requirements in the Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Service Address: Various stations in NCO 20 See Attachment Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 12/20/2024 by 3:00pm Pacific Time Statement of Work: BPA FOR VISN 20 CPRR URINALYSIS TESTING BPA LANGUAGE The Government will award a CPRR BPA to a single Contractor for urinalysis testing. Contractor agrees to the following terms of the BPA exclusively with VISN 20 and awarded in the final BPA. Under this agreement, the BPA holder shall provide CPRR Urinalysis Testing for all VISN20 medical facilities. The VHA facilities within VISN20 listed on this BPA are authorized to order any item listed on the Price/Cost Schedule at the listed price. No items may be ordered off this BPA unless they are listed on the Price/Cost Schedule. Additional, related items may be added without further competition to the Price/Cost Schedule with the award of a Modification by the administering Contracting Officer (CO). The administering CO is the only VHA employee authorized to Modify this BPA. OBLIGATION OF FUNDS This BPA does not obligate any funds. The Government is only obligated to the extent of authorized Task Orders issued under this BPA. PERIOD OF AGREEMENT This BPA is effective from the date of award for a period of 5 years. OPTION TO EXTEND THE TERM OF THE BPA The Government may extend the term of this BPA for a period of up to six (6) months, exercisable in increments of not less than one (1) month. by written notice to the Contractor at any time prior to the expiration of the BPA, provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 30 days before the BPA expires. The preliminary notice does not commit the Government to an extension. PRICES AND TERMS VISN20 has provided an estimated annual volume by test as reflected in Attachment A. Pricing is based on the AVERAGE annual test volume. The Government estimates the volumes as listed in Attachment A but does not guarantee volumes as listed; they are estimates ONLY and the Government doesn t guarantee that all listed stations will participate in the BPA. The Government estimates, but does not guarantee, that individual BPA Orders placed against this Agreement may reach $825,000.00/per order. This Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of the Agreement is set at $4,500,000.00 over the period covered by the Agreement; this ceiling is also not a guarantee. The Ceiling Limit may also be raised in association with order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual Task Orders above the stated Task Order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process. PRICE/COST SCHEDULE Estimated quantities and pricing per facility ORDER PLACEMENT All properly warranted COs serving VISN20 are authorized to place orders under this BPA. Task Orders will be placed against this BPA using Outlook Email Messages, Electronic Data Interchange (EDI), FAX Internet portal, paper or oral communications. DELIVERY ORDER OVERSIGHT Each ordering location will designate a Contracting Officer's Representative (COR) or POC (if dollar amounts warrant a COR, and subject to CO approval), who will be responsible for verifying contract compliance and certify invoices. REQUIREMENT SPECIFICATIONS / STATEMENT OF WORK SCOPE: The Contractor shall provide Automated Clinical Laboratory Urinalysis testing for urine dipstick chemistries, urine microscopic analysis, and body fluid analysis (as applicable) to produce Cost Per Reportable Results (CPRR) for the locations listed below. Installation and operational training will be provided by the Vendor at the Government s facility. Vendor will provide Field Service Support. Vendor will also supply Government with sufficient supplies, reagents, and training to execute the urinalysis analyzer in the performance of the testing listed for each site based on estimated patient results per month. Equipment will be defined by the facility. Participating Locations: Alaska VA Healthcare System: 1201 North Muldoon Road, Anchorage, AK 99504 Boise VA Medical Center: 500 West Fort Street. Boise, ID 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, OR 97408 VA Portland Health Care System: 3710 SW U.S. Veterans Hospital Road, Portland, OR 97239 Roseburg VA Health Care System: 913 NW Garden Valley Blvd., Roseburg, OR 97471 VA Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, OR 97503 VA Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, WA 98493 VA Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, WA 98108 Mann-Grandstaff VA Medical Center: 4815 N. Assembly Street, Spokane, WA 99205 Jonathan M. Wainwright Memorial VA Medical Center: 77 Wainwright Drive, Walla Walla, WA 99362 Map and locations for Medical Centers and Clinics within the VISN 20 Northwest Network can be found at the following link: https://www.va.gov/directory/guide/region.asp?ID=1020. GENERAL REQUIREMENTS: Leased (Cost per Reportable Result) equipment. All related consumables and supplies. All necessary service to keep equipment in manufacturer's operating conditions, both preventive maintenance and emergency repairs. Training for personnel operating equipment. COST PER REPORTABLE RESULT CPRR: Cost per Patient Reportable Result (CPRR): as defined in the Federal Supply Schedule FSC Group 66, Part III, Cost-Per-Test Clinical Laboratory Analyzers - Contractors are required to provide a price for a reportable patient result. The per patient reportable result price shall include costs covering: (1) 5-year equipment use, (2) all reagents, standards, Vendor provided quality Controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of the Contractor s equipment and necessary for the generation of a patient reportable result. This per patient reportable result price shall also encompass all costs associated with dilution; repeat and confirmatory testing required to produce a single patient reportable result. It shall also include the material to perform as well as all other costs associated with quality control, calibration and correlation study testing that is prescribed by the Clinical and Laboratory Standards Institute (CLSI). (3) all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs) and (4) training for Government personnel. Contractors shall provide delivery, installation and removal of equipment at no additional charge. Parameters: The calculation for price and quantity of reagents in the annual list included in the contract as based on an estimated annual number of reportable results provided by the Government. The annual quantities of supplies shall be sufficient for testing as long as the reportable results are submitted in compliance with the following parameters: Numbers of reportable results actually performed by the Government are within ten percent of the annual estimated reportable results as indicated by the annual supply list. Use of the instrument(s) are in accordance with instrument usage information provided by Government (Primary, Back-up or Alternate). Test volumes are determined by the Government. No more than 10 percent repeats. Two levels of quality control to be run as required by the manufacturer every test day. Calibrators for periodic calibration checks and demand to validate systems following major repair or resolution of negative quality control trends. Adjustments: The Government and vendor will conduct ongoing reviews no less than annually to monitor contract performance against agreed upon efficiencies, operational assumptions, and product utilization (CPPR parameters). The vendor will notify the Government when such reviews indicate an adjustment to the quarterly standing order shipments may be required. The Government will cooperate with the vendor in the conduct of the reviews. Vendor, their personnel, and their sub vendors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and Information system security as delineated in this contract.839.201 Contract Clause for Information and Technology Security. EQUIPMENT: Vendor will provide Urinalysis Analyzer(s) for lease to meet VISN20 facilities usage needs. Installation: The vendor shall deliver and install all rented or purchased equipment under this contract after an order is placed. Equipment shall be installed within 30 business days after receipt of order. Equipment shall not be considered installed until VA employee certifies that the equipment is properly functioning and has the necessary supplies to perform its required function. The vendor shall maintain a record of installation to include: location, model number, serial number, and date of installation. Removal: The vendor shall un-install and remove all rented equipment under this BPA from the requesting facility upon request. Equipment shall be removed within 30 days of request. Equipment shall be considered removed upon a VA employee certification that the equipment and all accessories have been taken by an employee of the vendor and there is no disruption and /or damage to the surrounding area. The vendor shall maintain a record of removal to include: location, model number, serial number, and date of removal. Equipment Requirements: Vendor shall provide Urinalysis systems that meet the following requirements: Instrument shall include chemical analysis of urine (to include Bilirubin, Urobilinogen, pH, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones and Leukoesterase) without interference from urines with common abnormal colors (red, orange, etc.). Instrument shall also identify formed elements including but not limited to, red blood cells, white blood cells, epithelial cells (differentiating transitional, renal, and squamous) crystals, casts, bacteria, and yeast without the need to consistently verify with manual microscopy. There must be a direct, automated specimen pathway between the chemistry urinalysis specimen sampling and testing and the microscopic urinalysis sampling and testing. Equipment shall provide accurate test assay results for sample specimens up to the manufacturer's defined maximum tests per hour without excessive malfunctions, breakdowns, or service calls. Instrumentation shall have auto reflex testing capability for specimens which require sediment analysis. System shall have a minimum throughput of 60 samples per hour on the microscopic side. The instrument shall have customer defined rule criteria to reduce the number of manual reviews and off-line testing required by the operator. The system shall have the ability for auto-validation, should the facility choose to auto validate results. Instrument shall auto-classify formed elements with limited review by the operator. Microscopic analysis must be fully quantitative. Microscopic analysis must have the ability for the instrument to identify cellular microscopic components and provide reviewable digital images. Instrument must offer limited to no carryover from sample to sample to reduce interference. Instrument must have the ability to continuously feed at least 300 chemistry strips without operator re-load. Time from standby to operation processing samples is less than 3 minutes. Time required for routine maintenance activities shall take less than 30 minutes daily and less than 30 minutes weekly/monthly. All testing shall be FDA approved, including Body Fluids if available. Current waste stream analysis and SDS (Safety Data Sheets) shall be provided to all locations. Editable electronic copy in CLSI (Clinical and Laboratory Standards Institute) format of operating procedures shall be furnished with each instrument supplied to all participating facilities. Testing shall include current laboratory assays, but the VA reserves the right to add additional tests to test menu. Protocols in place for various degrees of urine turbidity. A selection of instruments will be available based on volume, test menu needs and throughput requirements of each individual facility. Instrument shall allow patient sample to be used for repeats or reruns on the same or different instrument. All instruments must be new (non-refurbished) equipment. Contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government. (Note current VA security regulations require Windows based operating systems be Windows 10 or Higher). Instruments that have the ability to have access to the internet must follow VA IT security policies. The internet access must be verified and adhered to before and during all internet access. Contractor s Software is required to be compatible and interface immediately upon award with governmental systems which include CPRS, VISTA, and CERNER. Contractor must provide evidence with their solicitation response that their software is already accepted for use by VHA IT systems. All equipment shall come with any required accessories to perform normal duties, to include but not limited to, properly programmed printers and monitors, and UPS. The analyzers will be VA Laboratory Information System (LIS) interfaceable, and the vendor will supply LIS specifications and assist with the interface connections. Operation of software uses minimal computer strokes to move from testing to reagent to data analysis or/and other screens. Size of instrumentation shall be no more than 65 W X 21 D. If stand is required, it is included in the contract at no additional cost. Upgrades shall be delivered and installed within 60 days of issuance to the commercial market. An operator's manual shall be furnished with each instrument supplied to VA and updates to manual shall be provided in a timely manner. UPTIME GUARANTEE/ PERFORMANCE PENALTY: Vendor agrees that all equipment provided shall be operable and available for use no less than 98% of operational time per month. Each instrument at site shall be computed separately. Operational time is 24 hours per day 7 days a week. Downtime is defined as when the vendor is not able to produce clinically acceptable results on the system monitor and will be computed from the time the Government notified the hotline during normal working hours until the Field Service Engineer returns the instrument to the Government and the Government can produce acceptable clinical results. Scheduled maintenance is excluded from downtime. METHOD VALIDATIONS: Once the instrument has been installed according to the Vendor specifications at the Government location the vendor will supply a Technical Representative to perform method validation studies during all equipment installations at all facilities. The Method validations will be completed to include the necessary studies required for Clinical Laboratory Information Act (CLIA), College of American Pathologist (CAP) and Department of Veterans Affairs (VA) regulatory agencies and shall include precision, linearity and current system to new system correlations as well as establishment of normal and therapeutic ranges. The VA will not accept equipment until it passes all validation testing. Validation testing will be conducted on the facilities primary and secondary testing methods. The VA will provide all the samples necessary for the validation studies. MAINTENANCE AND REPAIRS: Vendor shall provide preventative and corrective maintenance per manufacturer's recommendation. This shall include software upgrades and parts and labor, to maintain all Urinalysis equipment and accessories. At a minimum, preventative maintenance shall be twice annually, beginning six (6) months after installation. Vendor will furnish all transportation, equipment, tools and labor to accomplish the required maintenance. Emergency repairs shall be performed after initial telephone notification that the equipment is inoperative. The Field Service representative will call to schedule onsite service within 2 hours of notification from Technical Assistance Hotline if necessary. The vendor shall provide the Government with a designated point of contact and telephone number and shall make arrangements to enable his maintenance representative to receive such notification. Telephone service support shall be available 24 hours/day,7days a week. Onsite Field Service support shall be available Monday- Friday 8am- 4:30 pm (local time). Onsite repairs shall be initiated within 24 hours of first notification from Technical Hotline to Field Service engineer. Efforts shall be made by the vendor to minimize disruption to Governments and employees (i.e. reschedule if work interferes with normal operation, access equipment when convenient to the needs of the VA, etc.) Vendor shall maintain cleanliness of work area and minimize dust and contaminants to areas adjacent to the job site. Vendor shall furnish a malfunction incident report to the installation upon completion of repair call within 2 business days after the completion of work. The report shall include as a minimum the following: Date and time notified. Date and time of arrival. Serial number, type and model number(s) of equipment. Time spent for repair. Description of malfunction and repair. Proof of repair that included documentation of a sample run of quality control verifying acceptable performance. Each instrument provided by the vendor shall maintain an uptime of 98% in each month of the term of the agreement. During the term of the contract, should the repair record of any individual piece of laboratory equipment reflect a downtime of 5% or greater of the normal working days in one calendar month, it is the responsibility of the vendor to immediately replace the broken laboratory equipment with new equipment at no additional cost to the Government. The responsibility for maintaining the equipment furnished in operating condition in accordance to manufacturer's instruction, shall solely be the responsibility of the vendor. The contractor shall not leave a service call open pending verification that repairs are completed by the contractor's maintenance personnel. For each instrument provided, the vendor shall treat each notification for an emergency/repair service call form the Government as a separate and new service call. The following are guaranteed throughout the life of this contract: Priority scheduling of requests for service. Unlimited Emergency Service. No charges for labor, travel or any other related expenses. Unlimited Parts. No charge for replacement parts which become marginal or defective due to normal use during agreement period. Factory Authorized Product Updates and Modifications. Installed at no additional charge for improved product performance and reliability. Factory trained and Authorized Service Engineers. Continual upgrading and certification of engineers in latest instrument technology. TRAINING: With the exception of specific training requirements stated herein, which shall have precedence; vendor shall provide ""operator"" training in accordance with the terms, conditions, and provisions of the vendor's existing Federal Supply Service Contract. Listed below are the training requirements: The vendor shall provide, at no cost to the Government, On-site training and key operator training for at least 2 operators per instrument per site. Provide initial in-depth training for two key operators at the facility and for each individual instrument provided. Provide annual training for one VA equipment operator, per each instrument, for the participating medical center. Provide on-site vendor operator training for all personnel who will run instrument with training provided for all applicable shifts. The Vendor shall have an on-going training program for Employees by the Technical Service Representatives on any new products or updates on the product lines. All materials for training will be provided at no additional cost to the Government. The vendor will provide competency assessment protocols for use at each site consistent with federal (CLIA) and CAP training requirements. REAGENTS, CONTROLS AND SUPPLIES: Routine reagents, controls and disposables (supplies) for Chemical and Microscopic Urinalysis Testing shall be provided by the vendor and shall adhere to the following requirements. Reagents including controls and disposables shall be identified prior to delivery. Reagents including controls and disposables to be listed in a separate Table. The table should include annual reagent volumes, costs, and shipping charges for each quarterly standing order delivery. Reagent manufacturer shelf life shall be no less than 12 months. Reagents for the analyzer are marked for easy recognition by the operator and shall contain the appropriate facility Purchase Order number in the delivery address. Vendor will supply a list of reagents, controls and disposables that will be shipped as part of the order. Supplies will be shipped on a standing order schedule, agreed upon by the Government and Vendor. All or part of a future quarterly Standing order may be advanced up to 10 days ahead of the scheduled ship date of the standing order. Delivery shall be within four (4) business days of the prior agreed upon shipment date or it shall be considered late. Vendor will provide sufficient reagents and supplies for performance of patient results for all VISN 20 sites. Consumables will be provided on demand as needed if the consumable allotments are insufficient to meet the needs of the facility. Vendor shall supply all changes to the maintenance schedules that affect reagent or cleaning reagent volumes and shall be coordinated with the VA facility Point of Contact to implement the changes in accordance with manufacturer's recommendations. SPACE AVAILABILITY: All proposed Urinalysis equipment must fit the existing space at each VISN 20 P&LMS facility's, without the need for renovation work. Small scale re-arrangement of furniture is acceptable. Fitting existing space shall include conforming to the current structural parameters of each lab, in each facility, in terms of delivery, installation and lab space. (i.e., equipment size, weight, packaged size for delivery, electrical/voltage). SPECIAL REQUIREMENTS: In addition to the general requirements for the Urinalysis CPRR requirements stated above, the contractor shall meet the following special requirements: Equipment shall have a fully established VA Veterans Health Information Systems and Technology Architecture (VISTA) computer system and CERNER interface program via Data Innovations Middleware, with all downloads/software necessary to transfer data into patient files in VA VISTA and CERNER computer systems via Data Innovations middleware, at no additional cost to VA. Provide Bi-directional interface with Data Innovations and appropriate quality control analysis system and all components necessary to interface with VA VISTA and CERNER computer system. The Contractor shall provide an auto verification package through Data Innovations for validation utilizing the Instrument Manager which includes rules and technical support for the duration of this contract. Contractor shall assist in the establishment, testing, deployment, and troubleshooting in the full capacity of the Middleware before implementation date. The Contractor is responsible for verifying any software upgrades with the instrument during its life, will be compatible with Data Innovations middleware. Contractor shall provide automated, walk-away Urinalysis Chemistry analyzer with peripherals with direct, automated sample pathway to an automated, walk-away Microscopic Urinalysis analyzer with peripherals for sampling and testing. Shall provide data backup. Systems shall provide ease of use (uncomplicated menus), with minimal maintenance required. Shall provide flexibility in test volumes. Shall be easy to troubleshoot. Provide extended expiration date of supplies. Uninterruptible power supply (surge protection, battery backup) provided by vendor for all associated electrical instruments and ancillary components excluding printer. Provide a water system, if required. If a printer is required to produce patient or QC reports, one shall be provided per system and replaced if broken. CESSATION OF TESTING: If, for any reason, Contractor ceases testing of any urinalysis assays, the Contractor must notify the VA Contracting Office and Laboratories, 60 calendar days prior to the change. Until a new solicitation can be issued, or the problem resolved, the Contractor shall be held liable for all costs if performance is ceased, as the lab facility may have to resort to outsourcing the tests in order to continue patient care. THE VENDOR WILL BE RESPONSIBLE FOR THE FOLLOWING: COST PER REPORTABLE RESULT PROGRAM REAGENTS, CONTROLS AND SUPPLIES: Routine reagents and disposables. Reagents including controls and disposables to be listed in separate Table. Vendor will supply a list of reagents, controls and disposables that will be shipped as part of the agreement. Supplies will be shipped on a standing order schedule, agreed upon by Government and Vendor. All or part of a future quarterly Standing order may be advanced up to 10 days ahead of the scheduled ship date of the standing order. Vendor will provide sufficient reagents and supplies for performance of patient results for all VISN 20 sites. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and The Joint Commission (TJC). Changes in maintenance schedules that affect reagent or cleaning reagent volumes will be approved by the Vendor in accordance with manufacturer's recommendations. Additional reagents, if required, will be provided by the vendor at no additionalcharge. THE GOVERNMENT WILL BE RESPONSIBLE FOR THE FOLLOWING: COST PER REPORTABLE RESULT PROGRAM: CPPR Periodic payments: Refer to Attachment A for volumes. Test Description Estimated Volume Per Year Price per reportable. During the agreement the Government will report by the 10th of each month, to the vendor in writing or electronically, the number of reportable results generated in the previous month. The vendor will invoice the Government based on the report of reportable tests. Laboratory Manager or designee will act as Contracting Officer Representative (COTR) for this contract. SECURITY: Returning leased equipment constitutes a risk. VA employees must sanitize VA sensitive information residing on leased equipment before releasing that equipment from direct VA control, or the media will not be returned upon termination of the contract. Per VISN 20 VA Information Security Policies, no hard drives or computer disks containing VA patient information will be removed from VA facilities. At the time of turn-in or removal due to failure, the VA facility will remove all sensitive data from information systems storage devices or render the data from these systems unreadable. No Federal Information Processing equipment will be discontinued from rental/lease or exchange without compliance with this require. Contract personnel will not have direct access to a VA system or VA sensitive information. All work/maintenance will be accomplished by VA Laboratory personnel as an intermediary. If contract leased/purchased equipment contains sensitive information (PII/PHI) to be directly uploaded to/downloaded from VA systems, a MOU/ISA shall be established between the vendor and VA. Unidirectional, deidentified data from contract leased/purchased equipment to the VA network shall be protected in accordance with established VA security policy. QUALITY ASSURANCE MONITORING: The contractor service requirements are summarized into performance objectives that relate directly to mission essen...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e494ae4805f465a8ac89b7ff494ea66/view)
- Place of Performance
- Address: NCO20 - various locations See SOW & Attachments, USA
- Country: USA
- Country: USA
- Record
- SN07280559-F 20241205/241203230218 (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 |