DOCUMENT
J -- Sources Sought for a Service Contract to maintain functionality for a Managed Zone Motorola Radio System - Attachment
- Notice Date
- 4/4/2018
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, TX 75137
- ZIP Code
- 75137
- Solicitation Number
- 36C25718Q0656
- Response Due
- 4/6/2018
- Archive Date
- 6/5/2018
- Point of Contact
- Victoria Rone
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, NCO 17 Network Contracting Office, on behalf of VA Medical Center Dallas, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed priced Service Contract to fully maintain functionality for a Motorola Radio System. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561621. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals or quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these services, please provide the following information: Organization name, address, point of contact, email address, Web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. Business type under North American Industry Classification System (NAICS) 561621, which contains a size standard of $20.5 Million, CAGE Code and DUNS Number. Under which NAICS code does your company usually provide the requirements described in the Scope of Work (SOW) - Please provide rationale for your answer is different from NAICS 561621. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. Provide services under a firm-fixed price contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 11:00am CST, April 6, 2018. All responses under this Sources Sought Notice must be emailed to Victoria.Rone3@va.gov, Subject Line Title: Service Contract to fully maintain functionality for a Motorola Radio System. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. STATEMENT OF WORK General: Contractor shall provide all services to maintain fully functionality of the Managed Zone Core Motorola Radio System Description of Work: Contractor shall provide all required tools, materials, labor, and test equipment, expertise necessary to repair and verify performance in accordance with the original equipment manufacturer specifications of VA North Texas s Motorola Radio System not limited to technical support, software maintenance, security updates, security monitoring, dispatch services and on-site infrastructure responses, network monitoring, infrastructure repair and advance replacement, network preventative maintenance, repairs, and system support. Contractor shall provide all required tools, materials, labor, and test equipment, expertise necessary to repair and verify performance in accordance with the original equipment manufacturer specifications of VA North Texas s Motorola Radio System. This service contract is necessary to keep the radio system fully functional. The radio system is the main line of communication between our Police Officers and Dispatch. Losing communication would put the safety of the officers at risk. The radio system is also our backup communication system should we lose phone lines in a disaster. Software Maintenance: Contractor shall provide minor software upgrades, known as patch releases, may include commercial Operating Software (OS) and application software patches and service pack updates. Currently, coverage includes Microsoft Windows and Server OS, Red Hat Linux, Sun Solaris and any Motorola software service packs that may be available. Patch releases are analyzed, pre-tested, and certified in a dedicated ASTRO 25 test laboratory to ensure that they are compatible and do not interfere with the ASTRO 25 network functionality. Once a patch release has been validated as safe for deployment on the radio network, it is posted on the Motorola secure extranet site for the VA to download and deploy. Commercial software patches will be made available on a quarterly basis. The ASTRO 25 system release software for the following products are covered under the SMA: base stations, site controllers, comparators, routers, LAN switches, servers, dispatch consoles, network management clients, Network Fault Management (NFM) products, and network security devices such as firewalls. Security Monitoring Service: Contractor shall provide security monitoring services that includes uninterrupted monitoring of the VA Dallas radio network by experienced security analysts. The contractor shall detect, analyze, and respond to security events quickly to prevent any impact on communications. The contractor shall identify a security issue and an analyst shall open a case and dispatch a local technician to the site while continuing to monitor the situation until the issue is resolved. Hours of Performance: Work shall occur Monday Friday during normal duty hours. Check in Requirements: The Field Service Engineer must report to the Biomedical Engineering Department, Clinical Addition Room BB220, to obtain a badge and sign in with the Biomedical Engineering Service before work begins. Submit any mobile media devices that would be used on the system to a virus scan. Upon completion of work, the Field Service Engineer must report to the Biomedical Engineering Service to sign out and brief Biomedical Staff or Supervisor if Biomedical Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will return the badge and sign out in the Biomedical Engineering Department. Documentation: Contractor shall furnish a detailed field service report upon completion of work to Biomedical Staff in the Biomed Department. Payment will not be processed until a properly completed service report is received. The service report shall contain, at a minimum, the following information: Date and time of contractor s arrival on station Type, model and serial number (s) of all equipment on which maintenance was performed Total time spent performing maintenance. Detailed narrative description of the services required Copies of all test reports Complete list of parts replaced Date and time the repair was completed Cost Estimate of all labor (including travel), parts/supplies, and shipping charges The service report shall itemize every item in the specification. Each item shall state the "as found" condition or values, the "calibrated to" or "adjusted to" values, the factory design tolerances, and a complete description of all work performed concerning the items. Included will be a list of new parts used and recommended future repairs. Period of Performance: Period of performance shall be done in a reasonable time frame (no longer than one 30 days after receipt of order) unless unseen circumstances arise which need to be discussed with Biomed representative. Place of Performance: VA Medical Dallas, 4500 S. Lancaster Rd, Dallas, Texas 75216 Technical Representatives: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the Contracting Officer Representative (COR). All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. Information technology security requirements: The contractor, their personnel, and their subcontractors 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. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: Sensitive VA information is contained within the systems covered by this contract. Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by vendors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, September 2007 The Vendor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. During onsite service, the Vendor shall be chaperoned by VA Personnel. However, the vendor shall not be issued a UserID/Password. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. The vendor will not have remote access to complete the repair(s) and preventive maintenance. RECORDS MANAGEMENT STATEMENT All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Invoicing: Payment to be made monthly in arrears by certified invoices and must contain the contract number. All invoices shall be submitted electronically to the VA Financial Service Center. All invoices will reference the purchase order number assigned to the contract. System Overview
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0656/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q0656 36C25718Q0656.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202534&FileName=36C25718Q0656-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202534&FileName=36C25718Q0656-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q0656 36C25718Q0656.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202534&FileName=36C25718Q0656-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;North Texas Healthcare System;Dallas VA Medical Center;4500 S. Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN04878328-W 20180406/180404231420-801d187b63b90ae6456a6fb0a084492d (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 |