Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
DOCUMENT

D -- TAC-16-35964_OIS Security Monitoring Center Hardware - Attachment

Notice Date
9/7/2016
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11816Q1437
 
Response Due
9/7/2016
 
Archive Date
12/6/2016
 
Point of Contact
Tinamarie Giraud, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Request for Information Security Monitoring Center Hardware and Equipment TAC-16-35964 This action is intended to be competed under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC). This request for information (RFI) is issued solely to determine the availability of verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran Owned Small Businesses (VOSBs) that are capable of providing the brand name or equal hardware and software components identified in the attached Product Description if this acquisition were to be released as a SDVOSB or VOSB set-aside. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for quotes/proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541519 with a size standard of 150 employees. A company that is not a VIP registered and verified SDVOSB or VOSB (http://www.va.gov/OSDBU/index.asp) should not respond to this notice. Any capability statements submitted in response to this RFI must include your intent and ability to meet set-aside requirements for performance of this effort in accordance with VA Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50% of the cost of manufacturing of the required hardware and software components be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns. Responses are due to Tinamarie.Giraud@va.gov and Kevin.Monahan@va.gov no later than 12:00PM EST on Monday, September 12, 2016. ? PRODUCT DESCRIPTION DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology Service Delivery and Engineering Enterprise Operations Security Monitoring Center Hardware and Equipment Date: June 22, 2016 TAC-16-35964 Product Description Version Number: 1.0 PRODUCT DESCRIPTION 1.REQUIREMENTS: The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Service Delivery and Engineering (SDE), Enterprise Operations (EO) Security Monitoring Center (SMC) requires various brand name or equal hardware products/equipment as part of an upgrade/refresh of the current production Security Monitoring Center equipment. The existing production equipment is near end of life and end of support throughout the SMC. The SMC provides the primary EO SMC site with a central monitoring of all EO production IT Security correlated activity network and system threat protection solutions like Intrusion Prevention Systems (IPS), Web Application Firewalls (WAF), Malware Protection Systems (MPS), Security Information and Event Management (SIEM), Network Access Control (NAC), and others. Additionally the SMC provides EO Technical Security with VA situational awareness on IT Security threat intelligence internal and external to VA data centers. The part numbers, product descriptions, salient characteristics for "or equal" products, and respective quantities to ensure optimal performance of the SMC are listed in Table 1 below. Table 1: The Contractor shall provide the following: Item NumberDescriptionPart no.Quantity 1NEC E705-AVT (or equivalent) 70" Full HD Commercial LED Monitor Salient Characteristics: 70" screen size; 1080p (1920 x 1080) Native Resolution; (360 cd/m ² Typical Brightness Rating); 4000:1 Contrast Ratio; Temperature Sensors and Fans; Full Bi-Directional RS-232 Control; (2 x HDMI / 1 x DVI); Includes Digital Tuner Module; Built-In Speakers; Digital Signage Capable; (Engineered for 24/7 use)NEC E705-AVT (or equivalent) 5 2Kramer VS-88DT (or equivalent) 8x8 HDMI to HDMI or HDBT Matrix Switcher Salient Characteristics: (INPUTS: 8 HDMI, 9 infrared on 3.5mm mini jacks, 1 RS?232 on a 9?pin D?sub connector, 1 Ethernet on an RJ?45 connector, 1 program on a mini USB connector); (OUTPUTS: 8 HDMI, 8 HDBaseT on RJ?45 connectors, 9 infrared on 3.5mm mini jack connectors); (MAX. DATA RATE: 6.75Gbps (2.25Gbps per graphic channel)); (AUDIO SUPPORT: Up to 7.1 channels @192kHz); HDTV Compatible; HDCP Compliant; Lock Button to prevent unwanted changes; RS-232 Control; Remote Control; Rack "ears" includedKramer VS-88DT (or equivalent) 1 3Kramer TP-580RXR (or equivalent) HDBaseT Twister Pair Receiver Salient Characteristics: (Input: CAT 5e/6 RJ-45); Output: HDMI; (Maximum data rate 10.2 Gb/s (3.4 Gb/s per graphic channel)); HDTV compatible; HDCP compliance; HDBaseT Technology; (HDMI supports deep color, x.v.Color, Lip Sync, HDMI uncompressed audio channels, Dolby TrueHD, DTS?HD, and CEC); EDID pass-through; 2K and 4K support; Bidirectional RS-232 & IR interface commands supportKramer TP-580RXR (or equivalent) 5 4Middle Atlantic BGR BGR-19SA27MDK-DS (or equivalent) 23" Wide Presentation Enclosure System Salient Characteristics: 19 Rack Units; Overall Height of 39-1/2"; Usable Depth of 24"; Standard 19" rack mount width; Fully adjustable steel rack-rail brackets with tapped 10-32 mounting holes in universal EIA spacing; Numbered rack spaces; Skirted wheelbase; Leveling feet; Front and rear rack-rail; Vented rear doorMiddle Atlantic BGR BGR-19SA27MDK-DS (or equivalent) 1 5Middle Atlantic VSA-1626 (or equivalent) Adjustable Telescoping Rack Shelf Salient Characteristics: Telescopes from front to rear to achieve custom depth from 16" to 26"; 16 gauge steel; Support up to 500 lbs.Middle Atlantic VSA-1626 (or equivalent) 2 650' Category 6 Shielded Cable with RJ-45 connectors (Black) (or equivalent)NS-PNW5608 (or equivalent) 7 775' Category 6 Shielded Cable with RJ-45 connectors (Black) (or equivalent)WC143760 (or equivalent)2 825' 18AWG NEMA 5-15P to NEMA 5-15R Power Cable (or equivalent)PW101-1225 (or equivalent)5 96' Premium High-Speed HDMI Cable with Ethernet (or equivalent)41364 (or equivalent)16 10DVI-D Male to Dual DVI-D Female Video Splitter (or equivalent)88768-5300 (or equivalent)8 113' HDMI to DVI Cable (or equivalent)F2E8242B03 (or equivalent)8 126' HDMI to DVI Cable (or equivalent)HDVI6 (or equivalent)16 136' KVM Cable Kit - video/USB/audio (or equivalent) Salient Characteristics: Video / USB / audio cable kit; 4 pin USB Type A; mini-phone stereo 3.5 mm; DVI-D (M); mini-phone stereo 3.5 mm; 4 pin USB Type B; DVI-D (M); 6 ft6' KVM Cable Kit - video/USB/audio (or equivalent)8 14HDMI Female to DVI-D Male Video Adapter (or equivalent)HDMI Female to DVI-D Male Video Adapter (or equivalent)16 15Gabor TM-3771 (or equivalent) Tilting Wall Mount for 37-71" Flat Panel Screens Salient Characteristics: Capable of mounting 70" TV to wall; VESA 400x400 standard mounting pattern; Capable of Screens weighing 200 lbs; 12 degrees of tilt adjustment with locking mechanismGabor TM-3771 (or equivalent) 5 1610-32 3/4" Philips Truss-Head Screws & Washers (25 pieces)10-32 3/4" Philips Truss-Head Screws & Washers (25 pieces)1 17Avocent SwitchView SC380 (or equivalent)- 8-port Desktop KVM/audio/USB Switch. Salient Characteristics: KVM / audio / USB switch; USB; 8 x KVM port(s) + 8 x audio; 1 local user; NIAP validated to EAL4+Avocent SwitchView SC380 (or equivalent)1 18NEC NP-P502H (or equivalent) 5000-Lumen Full HD DLP Projector Salient Characteristics: Brightness of 5000 Lumens; Full HD (1920 x 1080) Native Resolution; 1.24 to 2.1:1 Throw Ratio; VGA, HDBaseT, RCA Composite, 2x HDMI-In; VGA Output for Loop-Through; Analog Audio Input and Output; 20-Watt Speaker; Ethernet, USB, and RS-232 Controllable; IR Remote IncludedNEC NP-P502H (or equivalent) 1 19Da-Lite 24784V (or equivalent) Da-Snap 45 x 80" Fixed Frame Screen Salient Characteristics: Fixed Frame Screen; Viewing Area: 45 x 80"; 92" Diagonal / 16:9 Aspect Ratio; HD Progressive 1.3 Surface; 1.3 Gain / 150 ° Viewing AngleDa-Lite 24784V (or equivalent) 1 20Kramrer VP-440 (or equivalent) Presentation Switcher/Scaler Salient Characteristics: (INPUTS:4 HDMI connectors), (2 VGA on a 15?pin HD connector); (OUTPUTS:1 HDMI connector), (1 HDBaseT on a RJ?45 connector); HDTV Compatible; HDCP Compliant; Max VGA Resolution - 1920x1200 @60Hz; (Output Resolutions - Up to UXGA/1080p output resolutions); Dedicated RS-232 Port - For bidirectional data tunneling via HDBaseT; (High-quality 3:2 and 2:2 pull down de-interlacing and full up- and down-scaling of all video input signals)Kramer VP-440 (or equivalent) 1 21Peerless-AV PRG Precision Gear PRG-UNV-W (or equivalent) Projector Mount Salient Characteristics: (Support projector weighing 50 lbs or less); ( ±20 ° tilt, ±10 ° roll, and 360 ° swivel adjustments); (Includes Spider Universal adapter plate) Quick release mechanism to easily service projector; Cable management allows cables to be routed through projector mount out of sightPeerless-AV PRG Precision Gear PRG-UNV-W (or equivalent) 1 223' Stereo Mini (3.5mm) Male to Stereo Mini (3.5mm) Male Cable (Black) (or equivalent)20 236' KVM Cable Kit - video/USB/audio (or equivalent) Salient Characteristics: (Video / USB / audio cable kit); (4 pin USB Type A); (mini-phone stereo 3.5 mm); (DVI-D (M)); (mini-phone stereo 3.5 mm); (4 pin USB Type B); (DVI-D (M)); 6 ft1 2.ELECTRONIC SUBMISSION OF DELIVERABLES: All hardware listed in Table 1 above as part of this delivery order shall be delivered thirty (30) days after receipt of order (ARO). The delivery of the physical hardware listed in Table 1 shall be to the Austin Information Technology Center (AITC), located at 1615 Woodward Street, Austin, TX 78772 within 30 days after receipt of order. The software and licenses shall be electronically delivered to, Michael.Hill6@va.gov, Benito.Urbina@va.gov and aaclicense@va.gov within 30 days after receipt of order. Inspection: Destination Acceptance: Destination Free on Board: Destination Ship To and Mark For: Primary: Name: Michael Hill Address: 1615 Woodward Street, Austin, TX 78772 Voice:512-326-6564 Email: michael.hill6@va.gov Alternate: Name: Benito Urbina Address: 1615 Woodward Street, Austin, TX 78772 Voice:512-326-6014 Email: benito.urbina@va.gov 2.1 Special Shipping Instructions: Prior to shipping, Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. Contractor cannot make any changes to the delivery schedule at the request of Site POC. Contractors must coordinate electronic or software shipments with Site POCs to ensure that software and licensing is delivered in full. All shipments, either single or multiple container deliveries, will bear the VA Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. "Package 1 of 2"), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall include the following: IFCAP PO # ____________ (e.g., 166-E11234. The IFCAP PO number is located in block #20 of the SF 1449.) Project Description: (e.g., Tier I Lifecycle Refresh) Total number of Containers: Package ___ of ___. (e.g., Package 1 of 3) 3.INFORMATION SECURITY CONSIDERATIONS: The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required. All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP's) and Authority to Operate (ATO)'s for all systems/LAN's accessed while performing the tasks detailed in this Product Description. a.A prohibition on unauthorized disclosure: "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." See VA handbook 6500.6, Appendix C, paragraph 3.a. b.A requirement for data breach notification: 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 COR, the designated 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. See VA Handbook 6500.6, Appendix C, paragraph 6.a. c.A requirement to pay liquidated damages in the event of a data breach: "In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost of providing credit protection services to those individuals." See VA handbook 6500.6, Appendix C, paragraph 7.a., 7.d. d.A requirement for annual security/privacy awareness training: "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 COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in the VA's contract have received their annual security/privacy training that meets VA's requirements and the total number of employees trained. See VA Handbook 6500.6, Appendix C, paragraph 9. e.A requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior which is attached to this contract." See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If a medical device vendor anticipates that the services under the contract 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. 4.INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13514, "Federal Leadership in Environmental, Energy, and Economic Performance," dated October 5, 2009; Executive Order 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; Executive Order 13221, "Energy-Efficient Standby Power Devices," dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR ®, FEMP designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall: 1.Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). 2.Provide/use the purchasing specifications listed for FEMP designated products at www.femp.energy.gov/procurement. The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. 3.Provide/use EPEAT registered products as specified at www.epeat.net. At a minimum, the Contractor shall acquire EPEAT ® Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. 4.The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: 1.Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives 2.Imaging Equipment (Printers Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) 3.Televisions, Multimedia Projectors This list is continually evolving, and as a result is not all-inclusive. 5.POINT(S) OF CONTACT: VA Program Manager Name:Benito Urbina Address:1615 Woodward Street, Austin, TX 78772 Voice:512-326-6014 Email:benito.urbina@va.gov Contracting Officer Name:Kevin Monahan Address:US Department of Veterans Affairs 23 Christopher Way Eatontown, NJ 07724 Voice:732-440-9695 Email:Kevin.Monahan@va.gov Contract Specialist Name:Tinamarie Giraud Address:US Department of Veterans Affairs 23 Christopher Way Eatontown, NJ 07724 Voice:732-440-9641 Email:Tinamarie.Giraud@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eaf39404cb601ee23a48a26a2cd11058)
 
Document(s)
Attachment
 
File Name: VA118-16-Q-1437 VA118-16-Q-1437_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2991318&FileName=VA118-16-Q-1437-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2991318&FileName=VA118-16-Q-1437-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04260079-W 20160909/160907235543-eaf39404cb601ee23a48a26a2cd11058 (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.