Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
MODIFICATION

D -- PBX MAINTENANCE SOLICITATION REVISED SOW AND EXTENSION OF SUBMISSSION DATE PLEASE NOTE ADDITIONS TO ORIGINAL SOW

Notice Date
3/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Contracting Office (90C-H);VA Pittsburgh Healthcare System;7180 Highland Drive;Pittsburgh PA 15206
 
ZIP Code
15206
 
Solicitation Number
VA-244-10-RP-0135
 
Response Due
4/18/2010
 
Archive Date
5/18/2010
 
Point of Contact
Bill MatelanContracting Specialist
 
E-Mail Address
Contracting Specialist
(William.Matelan@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(REVISED)***STATEMENT OF WORK PBX***(REVISED)On-Site Maintenance and Support for FY10 A.GENERAL INFORMATION 1.Scope of Work: To procure on-site maintenance and repair services for new Nortel PBX system at VA Pittsburgh Healthcare Systems three locations: University Drive, Highland Drive, and Heinz Progressive Care Center 2.Performance Period: April 17, 2010 through September 30, 2010; with one option years 3.Type of Contract: Firm-Fixed-Price 4.Place of Performance: VA Pittsburgh Healthcare System, University Drive, HJ Heinz and the Highland Drive Campuses. B. GENERAL REQUIREMENTS To provide the Department of Veteran Affairs VA Pittsburgh Health Care System with on-site technicians who will allow us to keep the systems maintained and provide services to include Moves/Adds/Changes (MAC) and routine preventive services. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Provide continued services for VA Pittsburgh PBX maintenance and support by on-site technicians who are certified on the Nortel PBX D. GOVERNMENT RESPONSIBILITIES VAPHS provides the contractors with office space, computers and computer access for their duties. E. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL Contractors must be Nortel certified on all products installed at the VA including Call Pilot, Symposium ACD system, Database administrator for Nortel Communication Server 1000M and IP network design; and have demonstrated experience providing PBX maintenance and support services for similar projects (in size and scope). F. ARCHITECTURAL GUIDELINES All system specifications will be maintained as installed unless otherwise approved by VAPHS. G. SECURITY 1. Security Training: All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO or designee during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). 2. Contractor Personnel Security All contractor employees who require access to the Department of Veterans Affairs' information systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) for processing. Because the start date for services required by this contract is April 17, 2010, the Background Investigation forms must be returned to the Contracting Officer or designee within 5 (five) days after notice of award. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 3. Background Investigation The position sensitivity impact for this effort has been designated as [LIMITED] Risk and the level of background investigation is [NACI]. 4. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. c. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO or designee: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor's address. d. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. e. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. f. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 5. Government Responsibilities a. The VA Contracting office or designee, or the ISO will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b. Upon receipt, Contracting office, or designee, or the ISO will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The contracting officer or designee and contractor will adjudicate the results of the background investigations received from OPM. d. The contracting officer or designee will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. H. ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS INTERNET / INTRANET The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites; including but not limited to full time and part time employees, contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as,.com,.edu,.mil,.net,.org, and personal Internet service pages managed from individual workstations. VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as Internet). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. VA Directive 6102 and VA Handbook 6102 are available at: http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=410&FType=2 In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser's "sand box" are strictly prohibited. Specifically, this prohibition includes signed-applets or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while.NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other materials deemed relevant by the 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 CO or designee at the conclusion of the task order. 2. The CO or designee 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 CO or designee for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO or designee. J.START DATE It is imperative that the successful contractor be ready and able to begin service at 12:01 A. M. on Saturday, April 17, 2001. To ensure readiness, the contractor shall indicate in their proposal whether or not the proposed staff is currently employed by the offeror and available to initiate work on 12:01 AM April 17, 2010. K.QUOTATION PREPARATION INSTRUCTIONS TECHNICAL PROPOSAL The technical proposal shall address 1) the qualifications of the proposed staff; 2) the Contractors Past Performance and experience delivering PBX maintenance services for similar projects (in size and scope) 3) Management Solution describing the offerors approach to delivering PBX Maintenance services The length of the technical proposal shall be the fewest number of pages responsive to the statement of work, but shall be no more than 15 type-written pages, exclusive of resumes, and presented in 10-12 point type font. Pricing information shall not be included in the technical proposal. TECHNICAL INFORMATION REQUIREMENTS STAFFING RESUMES: Describe how the contract will be staffed to ensure satisfactory performance with an emphasis on qualified and experienced staff that are available and ready to begin service at 12:01 A.M. on Saturday April 17, 2010. Resumes, no more than two (2) pages in length, shall be provided for all personnel. Each resume must include sufficient information to demonstrate that the proposed individual has the expertise, knowledge, and certifications to perform the work. In addition, the resume of proposed individuals who are not currently employed by the contractor shall be accompanied by a Letter of Commitment signed by both the contractor and the employee acknowledging acceptance of an employment offer under the resulting order. As these individuals will be "key personnel" under the proposed contract, submission of these resumes is considered a commitment on the part of the contractor that, should the contractor be awarded the contract, the proposed individuals will be assigned to perform it. Replacement of any proposed individual during performance shall be with an individual of equal or better qualifications and experience as the individual replaced. PAST PERFORMANCE REFERENCES: Provide not more than 3 past performance references (not-to-exceed 2 pages each) providing relevant contact and performance information for similar projects (in size and scope) completed or in process over the past 3 years. References may be from commercial and federal/state government contracts; however, similar support services performed for Federal government customers with an emphasis on those provided to the Department of Veterans Affairs will be considered more relevant than those done for commercial or state government customers. A minimum of 1 past performance must be submitted by the Prime Contractor demonstrating relevant PBX maintenance and support services. The following information is required for each reference: 1. Customer name and address. 2. Point of contact (name, title, telephone number, and fax number) for contractual/administrative matters (e.g., the CO) and technical performance (e.g., the COTR). 3. Contract number. 4. Total dollar value of the contract. 5. Pricing arrangement (firm fixed-price, labor-hour, etc.) 6. Period of contract performance. 7. Description of work performed. MANAGEMENT SOLUTION: The Contractor shall describe its management approach to provide the Department of Veterans Affairs with outstanding PBX Maintenance support services. The contractor will describe how they plan to manage, monitor and report progress on the project and ensure a professionally managed operation. PRICE PROPOSAL The contractor shall complete the pricing as defined in Section B.2 PRICE/COST SCHEDULE L.EVALUATION CRITERIA AND BASIS FOR AWARD The Government will evaluate quotes on the basis of the following 4 factors: 1. Staffing Resumes 2. Past Performance 3. Management Solution 4. Price The Government intends to make the award to the responsible Contractor offering the best value in terms of technical merit, past performance and price. The non-price factors, when combined, are significantly more important than price. Any quotation received that fails to comply with the requirements of this solicitation may be determined to be unacceptable and eliminated from further consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA-244-10-RP-0135/listing.html)
 
Record
SN02088395-W 20100312/100310235207-0926cf055fe381a59e0f9cbf8869c83b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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