Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2018 FBO #6084
DOCUMENT

D -- Web-based Waste Management - Attachment

Notice Date
7/19/2018
 
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
36E77618R0103
 
Archive Date
10/26/2018
 
Point of Contact
Jason Schultz
 
E-Mail Address
Jason.Schultz@va.gov
(jason.schultz@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE SYNOPSIS: The Veterans Health Administration (VHA) Environmental Programs Service (EPS) Industrial Hygiene Program Manager anticipates soliciting and subsequently awarding a single Firm-Fixed Price contract for 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 toolset through which the VHA monitors performance metrics and manages through roles and process rather than physical control of assets. PROJECT SCOPE: 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, Puerto Rico, and Manila) 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. ADMINISTRATIVE: The solicitation will be issued as a Request for Proposal (RFP) conducted in accordance with FAR Parts 12 and will be evaluated in accordance with the procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Offers received from other than SDVOSB will not be considered. The applicable NAICS code is 518210 with a size standard of $25 million. The solicitation will be issued on or about July 30, 2018. The period of performance is 365 calendar days from date of award. There will be four (4) one year (365 calendar day) option periods to this contract. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to Jason.schultz@va.gov. Telephone calls will not be accepted -END-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a7d723beb0b81e2eb685f66b09b8825)
 
Document(s)
Attachment
 
File Name: 36E77618R0103 36E77618R0103.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4494867&FileName=36E77618R0103-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4494867&FileName=36E77618R0103-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Environmental Program Service;810 Vermont Ave;Washington D.C.;Distict of Columbia
Zip Code: 20420
 
Record
SN04998812-W 20180721/180719231019-4a7d723beb0b81e2eb685f66b09b8825 (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.