Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
DOCUMENT

D -- Web-based Waste Management (VA-18-00080249) - Attachment

Notice Date
4/30/2018
 
Notice Type
Attachment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Jason Schultz;Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77618Q9054
 
Response Due
5/11/2018
 
Archive Date
8/18/2018
 
Point of Contact
Jason Schultz
 
E-Mail Address
Business Email
(Jason)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Veterans Health Administration (VHA) Environmental Programs Service (EPS) Program Manager for Waste Management and Sustainability is pursuing the acquisition of a web-based healthcare specific waste management and recycling tracking system service from a commercial provider. The services shall include storage and security capabilities. The intent is to replace the current VHA data collection system. The solution shall be an integrated tool set through which the VHA monitors performance metrics and manages through roles and process rather than physical control of assets. The government believes that traditional outsourcing and system integration support is insufficiently adaptive and costly and should be replaced by commodity services. This Statement of Objectives (SOO) describes the goals that VHA requires with regard to the modernization of its health care-specific data collection system; provision of an effective collaborative working environment; reduction of the government s in-house system maintenance burden by providing related business, technical, and management functions; and application of appropriate security and privacy safeguards. PROJECT BACKGROUND: The 2010 federal budget released by the administration and published on May 11, 2009 calls for improving innovation, efficiency and effectiveness in federal information technology (IT). The White House recommends that agencies adopt innovations and implement projects that increase efficiencies by optimizing common services and solutions across the enterprise and utilizing market innovations such as Cloud Computing services. EO 13693, Planning for Federal Sustainability in the Next Decade, introduces new greenhouse gas (GHG) emissions management requirements, expands water reduction requirements for federal agencies, and addresses waste diversion, local planning, sustainable buildings, environmental management, and electronic stewardship. EO 13693 requires federal agencies to divert at least 50 percent of nonhazardous solid waste, including food and compostable material, but not construction and demolition debris from landfills annually, and pursuing opportunities for net zero waste or additional diversion opportunities. Divert at least 50 percent of construction and demolition (C&D) materials and debris from landfills annually. Federal agencies required to reduce paper use, increase composting, and decrease chemical/hazardous material use. The existing data collection and collaboration infrastructures at the VHA must be modified to meet this requirement. They consist of servers utilizing URLs with limited storage capacitates, limited redundancy, high level technical support, and inconsistent archiving capability. In addition, the current data collection infrastructure makes it difficult to manage and retrieve data associated with diversion rates, and budget. In-house upgrading, replacement, and deployment of new servers and infrastructure are both expensive and disruptive to VHA operations. Therefore, in an effort to improve performance, enhance redundancy, facilitate legal compliance, and manage cost, the VHA EPS conducted market research to evaluate the viability and cost of various options, and is now pursuing this acquisition. This approach is expected to realize savings in cost and resources while providing the services needed to make VHA more efficient and effective. The current data collection and collaboration software infrastructure supporting the VHA must comply with VA Directive 6502.3 VA Web Privacy and VHA Directive and Handbook 6513 Secure External Connection : VA Directive 6502.3 VA Web Privacy: This policy requires that all VA Web pages post Privacy Policies, as required by VA directives and in accordance with applicable laws, regulations, and administrative guidance, and defines the organizational responsibilities for the posting of Privacy Policies on VA Web pages. This policy also describes the required content of Privacy Policies and establishes the organizational responsibilities associated with the development and maintenance of such Privacy Policies. This policy complies with OMB Memoranda 99-18, Privacy Policies on Federal Web Sites, and 03-22, OMB Guidance for Implementing the Privacy Provisions of the E-Government Act of 2002. This policy also complies with the E-Government Act of 2002, which requires that all federal Web pages make certain disclosures to users via a posted privacy policy, and the Privacy Act of 1974, as amended, which requires additional disclosures under certain circumstances. Directive 6513 Secure External Connection: To establish policy, operational requirements, and procedures to implement the Department of Veterans Affairs (VA) Directive 6513, Secure External Connections. Handbook 6513 Secure External Connection: This Handbook provides the specific procedures and operational requirements to implement VA Directive 6513. This Handbook establishes VA policy for managing and securing VA external connections (e.g., Site-to-Site [S2S], and Business Partner Extranet [BPE], firewall, and other connections) on and to a VA Trusted Internet Connection (TIC) Gateway. This policy complies with Federal laws, Office of Management and Budget (OMB) mandates, the National Institute of Standards and Technology (NIST) standards and recommendations, Department of Homeland Security Trusted Internet Connections Reference Architecture v2.0, and VA Directive 6500, Managing Information Security Risk: VA Information Security Program and VA Handbook 6500, Risk Management Framework for VA Information Systems Tier 3: VA Information Security Program. VHA currently has 162 VA Medical Center sites with approximately 950 users (individual and groups) in the catalog. The current VHA waste minimization and compliance Report data collection system requires the creation of a URL which is generated annually and does not have the capability to roll over previous year s data. A list of standard software approved for use within VHA is provided as Attachment 4 VHA Approved Standard Software. The hardware infrastructure of data collection system is aging (5+ years) and deployment of new servers. The current infrastructure is site specific. For example, each of the 162 locations (in the contiguous United States, Alaska, Hawaii and Puerto Rico) has its own set of servers. Further, if a regional location has power issues or becomes unusable, access to URL is lost for users at that location. URL via e-mail archiving is currently implemented inconsistently, is difficult to use, and does not meet information retrieval (e-discovery) requirements. Additionally, the storage associated with URL via e-mail archiving continues to grow and is costly to manage. Recent regulations for handling e-mail litigation hold and discovery demand that VHA implement a more effective and expedient process. Data collection process has evolved over the years into an integrated data collection and collaborative environment. VHA s current environment lacks the level of integrated features that is commercially available. VHA requires a greater use of these integrated data collection and collaborative tools to support its mission and critical position within the federal government. Additionally, VHA is seeking a solution that will reduce the government s in-house system maintenance burden and provide VHA users with more timely implementations of new versions and features. VHA will maintain customer (user) support to trouble calls or requests for assistance and interface with the appropriate technical support. No direct customer support is required from this solicitation. Only technical and system administration staff will interface directly with the Offeror. Objectives: Business Objectives: Replace the current data collection and collaboration environment with data collection and collaboration services that are integrated as seamlessly as possible via a single sign-on and that improve business performance by providing VHA users with expanded and new capabilities that reflect industry standards: Provide enhanced and state-of the-art-data collection functionality in a multiple domain environment. Provide expanded access to state-of-the-art collaborative tools and capabilities (such as waste volume conversion (pounds to ton), budgetary/cost avoidance capabilities, waste diversion rates, on-line meetings/webinars, shared workspace, groupware, workgroup support systems, real time data access, etc.) that will enhance VHA's ability to conduct business. Provide improved archiving capability with unlimited storage for data and the ability to mark and retain data to support litigation requirements (litigation hold). Provide frequent technology updates and/or enhancements that give VHA users access to the most current, commercially available service offerings. Provide robust and rapid search capability to enable forensics and e-discovery across archived and active file. Provide a state-of-the-art-data collection management and reporting structure that is compatible with the current VHA report structure: VHA Central Office, VISN/Network Level, VA Medical Center/Healthcare system Level. Conduct a seamless and expedited transition from the current data collection and collaboration environment to the storage and collaboration services with minimal disruption to business operations while insuring data integrity: Plan and conduct an expedited transition from the current environment to the new environment and develop an executable exit strategy that would allow transition to another solution should this become necessary in the future. Establish an efficient and executable data migration plan that will migrate litigation hold data (now in Common Store) and a strategy for existing data and archived content so that, if migration beyond litigation hold data is deemed essential, a seamless transfer of data and archived information is achieved. Improve workforce efficiency and effectiveness and reduce costs through enterprise-wide standardization of business operating procedures and near 100% user adoption of functions and capabilities. Technical Objectives Procure a data and collaboration service with a high degree of reliability and availability including: Service that maintains a redundant data and collaboration infrastructure that will ensure access for all VHA users in the event of failure at any one provider location. Service that includes effective contingency planning (including back-up and disaster recovery capabilities). 24x7 trouble shooting service for inquiries, outages, issue resolutions, etc. Data and collaboration services that are 100% dependable and provide response rates that are consistent with industry standards. Data and collaboration service with the capability to perform the following functions including, but not limited to: Web-based tool that is username and password protected. No software installation, no server space allocation, no maintenance or update requirements to the tool by user. 300 user accounts may be created for data entry, data viewing, report writing or any combination; a zone tree with a top administrative level (universal access), and other levels of administrative access and authority as required. Users may enter both material and financial information in the following healthcare specific categories: Solid waste Recycling Construction and demolition debris Hazardous waste Electronic waste Regulated Medical Waste (RMW) On-site Treatment of (RMW) Furniture recycling and donation Financial information will include costs, revenues and waste hauling fees that may include dumpster rental fees or other applicable disposal fees. Data can be entered daily, weekly, monthly, quarterly, semi-annually or annually. Users can enter data straight from a hauler invoice and include invoice numbers for reference. Transactions are easily searchable by invoice number as well as by date of invoice or date of data entry. Waste streams may be tracked system-wide, hospital-wide and by individual buildings. Data may also be tracked and monitored by hauler/service provider and container. Summary data can be viewed during data entry as well as in reports that are generated with the click of a button. Data remains owned by the government. Data can be Exported in standard MS Excel format All data delivered in MS Excel format at contract termination Must be able to generate multiple types of reports: Standard report shall include data for each waste stream and calculates total diversion rates as well as rates by adjusted patient days per year. The report shall also include information on material tonnage, financials, service providers, containers, and fiscal year to fiscal year comparisons of data trends over time. Environmental report shall estimate the environmental benefits of recycling in comparison to disposal. Greenhouse gas emissions shall be calculated using the US EPA WARM Model. This tool provides users with information on the environmental impact of waste reduction and recycling programs. Reports must be able to be converted to Word documents, which allows for tables and graphs to be easily inserted into other electronic media. Data may also be exported to Excel. Reports shall be able of to analyze a hospital s waste streams to identify waste reduction and recycling program improvements and increase efficiency in waste management practices. Reports shall be able to analyze and calculate diversion rate for Municipal Solid Waste (MSW), and Construction and Demolition debris (C&D) in accordance with EO. 13693. Reports shall be able of to analyze a hospital s waste streams to identify waste cost avoidance and program improvements and increase efficiency in waste management practices. Reports shall be able to analyze and calculate cost benefits related to hospital waste streams such as Pharmacy reverse distribution, on-site Regulated Medical Waste (RMW) treatment, Operating room/ Medical devices recycling, and re-usable sharps container programs. B. Procure a data and collaboration service with the Security and Privacy levels and controls that are required by regulations and consistent with best professional practices include, but not limited to Security controls that are confirmed to meet the security standards for Moderate Impact systems as described in NIST SP 800-53 with an accepted Certification and Accreditation (C&A). Adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Contracts under which the contractor dose not store, use, generate or access VA sensitive information are not subject to the statutory requirements or agency policy regarding data and information security. Contracts for the purchase of equipment or software only, without service, or maintenance agreements (including warranty agreements), do not require the inclusion of the security clause in VA s Electronic Contract Management System (eCMS) or any of the language contained in VA handbook 6500.6. Appendix C. IT Security Procedural Guide CIO-IT Security-09-48, Security Language for IT Acquisition Efforts, including: Required Policies and Regulations for GSA Contracts VHA Security Compliance Requirements Certification and Accreditation (C&A) Activities Reporting and Continuous Monitoring Additional Stipulations (as applicable) Constraints This section lists laws, rules, regulations, standards, technology limitations and other constraints that the service and/or service provider must adhere to or work under. Non-Disclosure Agreements Standard non-disclosure statements shall be provided as required for system administration personnel who may have access to government data in the course of their duties. Accessibility Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant. Information about the Section 508 Electronic and Information Technology (EIT) Accessibility Standards may be obtained via the Web at the following URL: www.Section508.gov. The Government Product/Service Accessibility Template (GPAT) is found in Attachment 7 of this solicitation. Generally accepted inspection and test methods corresponding to the identified Section 508 standards are reflected in the EIT Acceptance Guide found at Attachment 8. Data All data (waste volumes, diversion rates, budgetary cost/ avoidance, contact information, container location, etc.) is and shall remain the property of the government. The Contractor shall ensure that the government retains access and download capability of all data for research, investigation, transfer, or migration to Excel or other systems. Confidentiality, Security, and Privacy In accordance with the Federal Acquisitions Regulations (FAR) clause 52.239-1, the Contractor shall be responsible for the following privacy and security safeguards: The Contractor shall not publish or disclose in any manner, without the Contracting Officer s written consent, the details of any safeguards used by the Contractor under the resulting contract or otherwise provided by or for the government. To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of any non-public government data collected and stored by the Contractor, the Contractor shall afford the government access to the Contractor s facilities, installations, technical capabilities, operations, documentation, records, and databases. If new or unanticipated threats or hazards are discovered by either the government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. The Offeror's solution must comply with the VHA Procurement and Logistics Standard Operating Procedures (SOP) Acquisition Security Requirements: Part I: Implementing VA Handbook 6500.6, Contract Security, Part II: Contractor Personnel Security and Suitability, Part III: personal Identity Verification (PIV) of Contractor; and Part IV: Business Associate Agreements (BAA) for contracts (see Attachment 2) as required for a Moderate Impact system. Work on this project may require or allow contractor personnel access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. All data at rest will reside within the contiguous United States, the District of Columbia, and Alaska (CONUS) with a minimum of two data center facilities at two different and distant geographic locations CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 518210. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: No more than The Offeror shall provide past performance information and descriptions of at least three (3) similar web-based databases created in the last three (3) years (see attachment). three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 8 single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by INSERT No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Jason Schultz Contract Specialist Jason.schultz@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b1074f71dbc51d09853c921d4b186cd)
 
Document(s)
Attachment
 
File Name: 36E77618Q9054 36E77618Q9054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4264826&FileName=36E77618Q9054-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4264826&FileName=36E77618Q9054-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04905674-W 20180502/180430231017-4b1074f71dbc51d09853c921d4b186cd (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.