Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

70 -- Modification: RTLS NDC Sustainment POP Ext. 12/31/2018 - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA11815J0288
 
Archive Date
8/27/2018
 
Point of Contact
Kendra Bell
 
Small Business Set-Aside
N/A
 
Description
Request for Information RTLS National Data Center (NDC) Sustainment THIS IS A Request for Information (RFI) ONLY. The Department of Veterans Affairs (VA) desires to procure interface support. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this RFI. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 334119 Other Computer Peripheral Equipment Manufacturing. A brief synopsis of the required services is provided below: The Government intends to award a sole source modification to extend a current task order to December 31, 2018. The period of performance is August 27, 2018 to December 31, 2018. The modification will be a bridge while a competitive acquisition is being considered. 5.0 SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following requirements: 5.1 PROJECT ADMINISTRATION 5.1.1 Contractor Focal Point The Contractor shall provide a single point of contact (SPOC) to oversee the overall system administration for the RTLS at NDC. The Contractor SPOC shall be responsible for: 1. Effectively communicating the project progress to VA and Contractor team members. 2. Ensuring proper documentation is delivered to VA. 3. Coordinating, escalating, and resolving Contractor-related project issues. 4. Representing the Contractor in status meetings and providing timely status reports. 5.1.3 Project Management 5.1.3.1 Contractor Project Management Plan The Contractor shall produce a CPMP which includes the approach, timeline and tools to be used in execution of the TO. The Contractor shall update and maintain the COR approved CPMP throughout the PoP. The CPMP shall contain a comprehensive Project Schedule including milestones and deliverable dates for the System Administration of RTLS at the NDC. The Contractor shall provide an Integrated Master Schedule (IMS) in Microsoft Project format. The IMS shall contain the activities necessary to complete the NDC as well as the interdependencies with other TOs. The IMS shall be updated and amended as outlined in the deliverables table. 5.1.4 Meeting and Report Requirements 5.1.4.1 On-going Progress Meetings The Contractor shall conduct in-process review meetings on a bi-weekly basis using the updated CPMP to update VA on Contractor project status, schedule, risks, risk mitigation, issues and issue resolution plans. 5.1.4.2 Monthly Progress Reports The Contractor shall submit a monthly progress report to include: 1. Completed system administration activities for the reporting period 2. Planned activities for the next reporting period 3. Tracking of current issues and risks 4. Help desk activities 5. Software updates 5.2 RTLS System Administration Support The Contractor shall provide technical services to perform system administration for the RTLS applications and databases that form the common infrastructure for the RTLS backend server solution housed in the NDC for the remainder of the PoP of this TO following NDC change management processes and procedures. 5.2.1 SYSTEM ADMINISTRATION AND DOCUMENTATION The Contractor shall provide system administration support in accordance with the specifications defined in section 5.5 of the RTLS Base PWS. The Contractor shall provide routine application administration for RTLS. The Contractor shall: 1. Publish a Monthly Maintenance Schedule and review it monthly to assess upcoming maintenance requirements, validate the completion of recent maintenance, and identify any past-due maintenance, or to include any emergent identified defects. 2. Perform routine software maintenance and upgrades to perpetuate optimal operation based on the Monthly Maintenance Schedule. 3. Perform release management for all software releases deployed into production. The release management process shall follow the same process identified under the National RTLS Program and Base ID/IQ TO. 4. Develop a monthly System Administration Report to include the monthly maintenance schedule and report on the work performed. This will encompass: application upgrades, patches, routine maintenance performed, uptime calculation, backups and configuration updates performed. 5.3 TECHNICAL SUPPORT AND MAINTENANCE OF RTLS The Contractor shall provide the following RTLS technical support and maintenance of RTLS as specified in the following sections of the RTLS Base PWS. All Contractor support and maintenance of RTLS servers shall be done in accordance with the RTLS Basic PWS Service Level Agreement as specified in section 5.10.3. 5.3.1 HELP DESK The Contractor shall provide help desk support 5.3.2 Maintenance (Warranty and after Warranty) The Contractor shall provide maintenance (Warranty and after Warranty) support in accordance with the specifications identified in section 5.10.4 Maintenance (Warranty and after Warranty) and associated subsections of the RTLS Base contract. In the AITC, as in all VISNs, MuleSoft is the ESB interface between RTLS and the VA asset management systems. It connects RTLS to all of VistA, AEMS-MERS, IFCAP/GIP, primarily Intelligent Insites and WaveMark. It can be considered an orchestration platform used by VA to write the vast majority of the interface business logic. The Contractor shall procure and install 16 MuleSoft term licenses. These licenses shall be used for the development, SQA and shared environments, to include the disaster recovery servers. In addition, the Contractor shall track and renew the licenses as needed throughout the PoP. The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (One-VA TRM). One-VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. One-VA TRM includes the Standards Profile and Product List that collectively serves as a VA technology roadmap. Architecture, Strategy, and Design (ASD) has overall responsibility for the One-VA TRM. RESPONSES In response to this RFI, please provided: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. The following information details the Government s intent for this acquisition: The primary NAICS code for this effort is 334119. A Firm-Fixed Price task order modification will be issued. Place of Performance shall be performed at contractor facilities. RESPONSE SUBMISSION Please submit responses via email to Kendra.Bell@va.gov by Noon EST, August 21, 2018. Responses should also include a contact name, point of contact, phone number, DUNS number, CAGE code, email address, as well as your existing contracting vehicles. VA reserves the right not to respond to any or all emails or materials submitted. DISCLAIMER Reminder: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e1a530a187430d6bec4aa4cd4cae3af)
 
Document(s)
Attachment
 
File Name: VA118A-12-D-0025 VA118A-15-J-0288 P00005 VA118A-12-D-0025 VA118A-15-J-0288 P00005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4549930&FileName=VA118A-12-D-0025-P00005000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4549930&FileName=VA118A-12-D-0025-P00005000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05042736-W 20180819/180817230800-1e1a530a187430d6bec4aa4cd4cae3af (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.