SOLICITATION NOTICE
D -- SERVICES: 509-20-2-065-0004 UPGRADE PANDORA SW to PANDORAVIA SW (VA-20-00000069)
- Notice Date
- 4/13/2020 6:40:52 PM
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24720R0060
- Response Due
- 4/16/2020 12:00:00 AM
- Archive Date
- 06/15/2020
- Point of Contact
- Trinika Mason Contract Specialist 706-733-0188 x3959
- E-Mail Address
-
Trinika.Mason@va.gov
(Trinika.Mason@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 NOTICE OF INTENT TO SOLE SOURCE The Department of Veterans Affairs intends to award a sole-source contract to Omnicell, 590 E Middlefield Rd, Mountainview CA 94043, for upgrade of current Pandora Software Services to Pandora VIA Software services. Interested vendors must be authorized agents of Pandora and express their interest and capability in response to this notice. The North American Industry Classification System (NAICS) code for this requirement is 511210. This is for informational purposes only and not to be construed as a commitment by the government. Any information submitted to this notice of intent is voluntary. This Notice of Intent is not a Request for Competitive Proposals. No solicitation documents are available at this time. However if your company would like to express interest in this requirement please respond with your interest and qualifications to Trinika L. Mason, Contract Specialist, via email: trinika.mason@va.gov by no later than COB on April 14, 2020. Responses received will be evaluated, however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received by the above deadline the Contracting Office will proceed with the sole source award to Omnicell. Supporting documentation must be furnished to demonstrate the ability to comply with the attached DRAFT statement of work. Any interested vendor shall reply with their capability statements which identifies the following: business size, DUNS number, and must be authorized to provide Pandora VIA Software Services. STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Upgrade of current Pandora Software to PandoraVIA Software. 2. Scope of Work: This agreement will secure the software and services needed to install and configure PandoraVIA� software and provide training for approved users. The software and services covered by this agreement and pricing are covered in the accompanying vendor quote. 3. Background: PandoraVIA� is owned, distributed, and maintained by Omnicell�. The software is a statistical analysis and reporting tool. It operates in an enterprise environment with licensed client software for individual workstations. When integrated with automated dispensing cabinet systems (such as Pyxis) it far surpasses the standard reports for detecting and pinpointing potential diversion with multiple filters, sorting capabilities, and graphing capabilities. The ability to filter, refine, and graph the data allows Nursing Service and other services to resolve discrepancy and potential diversion issues quickly. 4. Performance Period: The period of performance will be one base year with 4 optional years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Work is to be done between the hours of 8:00am and 4:00pm Monday through Friday. Base Year 1 May 2020 30 April 2021 1st Option Period 1 May 2021 30 April 2022 2nd Option Period 1 May 2022 30 April 2023 3rd Option Period 11 May 2023 30 April 2024 4th Option Period 1 May 2024 30 April 2025 5. Type of Contract: Firm-Fixed-Price 6. Place of Performance: Charlie Norwood VA Medical Center (CNVAMC) both uptown and downtown locations. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. Upon award, Pharmacy staff will contact the vendor to establish dates/times for installation and updates of software. C. GENERAL REQUIREMENTS 1. Vendor will provide personnel (technicians, engineers, or others as required) to maintain and/or repair our PandoraVIA� software within 24 hours of a non-critical failure. 2. Vendor will respond to all emergency service calls within 4 hours, by phone, remote access, or site visit. 3. Vendor will make all repairs as expeditiously as possible so as not to delay or compromise patient care. 4. Vendor will provide updates as needed to maintain and/or repair our PandoraVIA� software as long as software is commercially available and covered by standard maintenance agreements. 5. Vendor will provide all replacement parts and software updates at no charge. D. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. E. GOVERNMENT RESPONSIBILITIES CNVAMC will provide routine problem screening and resolve those problems that can be locally resolved. CNVAMC will provide power, network storage, connectivity and an operating environment that can be reasonably achieved. F. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and TOPM. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the TOPM and the CO. All requests for approval of substitutions in personnel shall be submitted to the TOPM and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. G. CAPABILITY MATURITY MODEL FOR SOFTWARE INTEGRATION [If applicable] The organizational entity, within the contractor organization, that will be performing the work required by the SOW shall have been assessed at CMMI Level 2 or higher by an external assessment team led by a Software Engineering Institute (SEI) certified Lead Assessor. The Level 2 Key Process Areas of the S-CMMI are: *Requirements Management, *Software Project Planning, *Software Project Tracking and Oversight, *Software Subcontract Management, *Software Quality Assurance, and *Software Configuration Management. H. SECURITY Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Contractor Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 1. Background Investigation The position sensitivity impact for this effort has been designated as [LIMITED, MODERATE, SUBSTANTIAL, or MAJOR] Risk and the level of background investigation is [NACI, MBI, or BI]. 2. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. � c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel. � (2) Social Security Number of contractor personnel. � (3) Home address of contractor personnel or the contractor's address. � e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. � Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. g. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 3. Government Responsibilities a. The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. � b. Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. � c. The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. � I. ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS INTERNET/INTRANET The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites; including but not limited to full time and part time employees, contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as, .com, .edu, .mil, .net, .org, and personal Internet service pages managed from individual workstations. VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as Internet ). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. VA Directive 6102 and VA Handbook 6102 are available at: Internet/Intranet Services Directive 6102 http://www.va.gov/pubs/directives/Information-Resources-Management-(IRM)/6102d.doc Internet/Intranet Services Handbook 6102 http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/6102h.doc Internet/Intranet Services Handbook 6102 Change 1 updates VA's cookie use policy, Section 508 guidelines, guidance on posting of Hot Topics, approved warning notices, and minor editorial errors. http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/61021h.doc In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser's� ""sand box"" are strictly prohibited. Specifically, this prohibition includes signed-applets or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while .NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. � 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 J. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment B SECURITY BACKGROUND INVESTIGATION INFORMATION (Submit after award and prior to contract performance) Complete this form after contract award if contractor employee does not possess a NACI clearance. The completed form must be sent directly to the Contracting Officer within ten days of award. Vendor Name: ______________________ Cage Code No.______________ Address: _______________________________ City, State, and Zip Code: ______________________________ 1. Was the employee prescreened? _____ yes or _____ no 2. Is the employee a U.S. Citizen? _____ yes or _____ no 3. Can the employee read, write, speak and understand English language? _____ yes or _____no Information From Employee Requiring a Clearance _________________________ ______________________ Name Social Security No. ____________________________________________ Address ____________________________________________ City State Zip Code
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed3c7d5beb1a48e88f20f83ee1810617/view)
- Record
- SN05618860-F 20200415/200413230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |