Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
DOCUMENT

D -- MARLIN ELECTRONIC COMMUNICATION STATION SUBSCRIPTION SERVICES FOR THE WEST TEXAS HEALTH CARE SYSTEM - Attachment

Notice Date
7/24/2018
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;VA North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
 
ZIP Code
75137
 
Solicitation Number
36C25718Q9669
 
Archive Date
8/23/2018
 
Point of Contact
Matthew G. Clements
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps Sources Sought Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Sources Sought Notice Rev. March 2010 D MARLIN ELECTRONIC COMMUNICATION STATION SUBSCRIPTION SERVICES FOR THE WEST TEXAS HEALTH CARE SYSTEM 75216 36C25718Q9669 07-30-2018 90 N 511210 Department of Veterans Affairs VA North Texas Healthcare System NCO 17 Network Contracting Activity 124 E. HWY 67 Duncanville, TX 75137 Matthew G. Clements Matthew.clements2@va.gov Department of Veterans Affairs VA West Texas Healthcare System 300 Veterans Blvd. Community & Patient Relations Service Big Springs, TX 79720 United States Matthew.Clements2@va.gov Matthew.Clements2@va.gov Page 7 of 7 This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 511210 and the size standard is $38.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: The contractor shall provide an Electronic Communication Station that provides Internet based electronic messaging with instant updates and changes through the subscription service. The Electronic Communication Station will simultaneously provide news, weather and messaging content in a professional display. See the Statement of Work for full details. Anticipated period of performance: Base plus four (4) one-year options. Base: October 1, 2018 - September 30, 2019 Option Year One: October 1, 2019 - September 30, 2020 Option Year Two: October 1, 2020 - September 30, 2021 Option Year Three: October 1, 2021 - September 30, 2022 Option Year Four: October 1, 2022 - September 30, 2023 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Statement of work. The firm must include all certifications, qualifications, and training certificates from The Marlin Company to perform work on the outlined equipment. In addition, the firm must provide correspondence on company letterhead from The Marlin Company that states they are a vendor authorized to perform software services on The Marlin Company programs; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Matthew.clements2@va.gov with the subject line "Sources Sought, 36C25718Q9669, Services for the Marlin Electronic Communication Station (Big Springs)/your company name" by 8:00 A.M. CST on July 30, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK GENERAL: The Contractor shall develop and post local messages for the benefit and information of patients and visitors, that offers instant update combined with other information needs of those in waiting rooms. DESCRIPTION OF WORK: The Contractor shall provide all required tools, materials, labor, test equipment, and supervision necessary to preventative maintenance, repair, and verification services in accordance with the original equipment manufacturer specifications for the equipment listed in the Statement of Work. EQUIPMENT: The Electronic Communication Station provides Internet- based electronic messaging with instant updates and changes through the subscription service. The ECS will simultaneously provide news, weather and messaging content in a professional display. Equipment used will be: Flat screen and all internal components (such as internal speakers) ECS control computer and all TMC provided peripherals Keyboard/Mouse Mounting hardware Associated cables and wiring TMC provided surge protector ECS software ACCESS TO WORK SITE: Yes CONTRACTOR FURNISHED MATERIAL: Yes SPECIFIC TASKS: Contractor shall replace all computer hardware with equipment compatible to subscription software requirements. Contractor shall provide subscription internet service to upload locally designed messages using the equipment. Contractor shall maintain current solutions to software issues including viruses and malware and communicate patches and updates as necessary to maintain operations. The VA will provide a power source and Ethernet connection for each unit placed. Service Information: Community and Patient Relations is charged with ensuring that West Texas VA Health Care System Center communicates with one, clear voice and will operate the units in all locations. EXECUTION: All work shall be performed in a safe and efficient manner. Site Clean-up: yes Final Inspection: C&PRS, Engineering Bio-Med Section PLACE OF PERFORMANCE: US Department of Veterans Affairs West Texas VA Health Care System 300 Veterans Blvd Big Spring, Texas 79720 HOURS OF PERFORMANCE: Work shall occur Monday Friday during normal duty hours of 8:00am- 4:30pm. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 ANTICIPATED PERIOD OF PERFORMANCE: Base plus four (4) one-year renewal options. Base: October 1, 2018 - September 30, 2019 Option Year One: October 1, 2019 - September 30, 2020 Option Year Two: October 1, 2020 - September 30, 2021 Option Year Three: October 1, 2021 - September 30, 2022 Option Year Four: October 1, 2022 - September 30, 2023 CHECK IN REQUIREMENTS: The contractor s Field Service Engineer shall report to the Biomedical Engineering Department 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. STANDARDS OF CONDUCT Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. RESPONSE TIME: Response time shall be in a reasonable time frame (no longer than one 30 days after receipt of award) unless unseen circumstances arise which need to be discussed with Biomed representative. CONTRACTING OFFICER REPRESENTATIVES: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the 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 West Texas Health Care System (VAWTXHCS) and must be returned to VAWTXHCS 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. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9669/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9669 36C25718Q9669.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4503313&FileName=36C25718Q9669-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4503313&FileName=36C25718Q9669-000.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: Department of Veterans Affairs;VA West Texas Healthcare System;300 Veterans Blvd.;Community & Patient Relations Service;Big Springs, TX
Zip Code: 79720
 
Record
SN05004373-W 20180726/180724230923-6169df9651f770d07cce71b2ec954fa0 (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.