SOLICITATION NOTICE
65 -- 580-20-3-255-0910 I.V.Station Robot Maintenance BASE Year (VA-20-00053199)
- Notice Date
- 5/6/2020 10:45:56 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0599
- Response Due
- 5/13/2020 12:00:00 AM
- Archive Date
- 06/12/2020
- Point of Contact
- Winston P. Graber Jr. winston.graber@va.gov 985-212-4296
- E-Mail Address
-
Winston.Graber@va.gov
(Winston.Graber@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25620Q0599 BACKGROUND: The Houston VAMC has a requirement for the following BRAND NAME OR EQUAL supplies: Manufacturer Stock # Item Description Please see SOW attached I.V. STATION Maintenance REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov. Please respond to this RFI no later than May 13, 2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Aesynt IV Robots ANNUAL MAINTENANCE SOW GENERAL TERMS EQUIPMENT IDENTIFICATION � Equipment Inventory ID Serial Number I.V. Station 580 EE179575 HR00078 I.V. Station 580 EE179576 HR00077 I.V. Station 580 EE179577 HR00081 I.V. Station (Oncology) � GENERAL REQUIREMENT Michael E. Debakey Medical Center is requesting for a contractor to provide preventative maintenance and service on the Omnicell/Aesynt IV Robot systems at the Michael E. Debakey Medical Center located at 2002 Holcombe Blvd, Houston, TX 77030. The Contractor shall furnish all labor, materials, parts, equipment, tools to service and perform yearly preventative maintenance on the equipment. The Contractor shall provide preventive maintenance inspections, calibration and software support per OEM guidance and recommendations. The Contractor shall provide calibration and preventive maintenance services by authorized Service providers of the equipment listed above. The calibration procedure will consist of calibrating the entire instrument to traceable calibration standards. The instrument shall be cleaned. Worn or defective parts shall be replaced when necessary, as per manufacturer s specifications. Preventive maintenance inspections shall be scheduled at least three (3) days in advance with the Contracting Officer Representative (COR). Service also includes all necessary intervening service calls required to replace any worn or defective part needed due to instrument failure. DEFINITIONS/ACRONYMS � A.��������Biomedical Engineer(ing) - Supervisor or designee. � B.��������CO - Contracting Officer � C.��������COR - Contracting Officer's Representative � D.��������PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. � E.��������FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. � F.��������ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. � G.��������Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. � H.��������Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. � I.��������NFPA - National Fire Protection Association. � J.��������CDRH - Center for Devices and Radiological Health. � K.��������VAMC - Department of Veterans Affairs Medical Center � L.��������VAH - Department of Veterans Affairs Hospital � M.��������OEM - Original Equipment Manufacture CONFORMANCE STANDARDS Contract service shall ensure that the equipment functions in conformance with the specifications used when the equipment was procured by the VAMC, and any upgrades/updates, as well as following most current published standards/ specifications/regulations: � Manufacturer s specifications, Association for the Advancement of Medical Instrumentation (AAMI), Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), National Fire Protection Agency 99 (NFPA-99), Center for Device and Radiological Health (CDRH), Original Equipment Manufacturer (OEM), American Hospital Association (AHA), Institute of Electrical And Electronic Engineers (IEEE), Underwriters Laboratories (UL) ,Occupational Safety and Health Administration (OSHA), College of American Pathologists (CAP), VAMC standard operating procedures, and any other Federal, State, and Local regulations pertaining to the equipment listed for this contract. � HOURS OF COVERAGE A.��������Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR or his designee. � B.��������Any necessary hardware/software update/upgrade installations as deemed by the OEM will be scheduled at least three (3) days in advance and shall be performed at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). � C.�������Work performed outside the normal hours of coverage at the request of COR will be billed at the price listed in Vendor Contract. Billing will include service time and exclude parts, as they are included in this contract. The COR will provide a credit card purchase order to cover charges outside of the scope of this contract. PO# must be included on invoice for payment. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. � D.��������Federal Holidays observed by the VAMC are: � New Years' Day Martin Luther King Day Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day � The Federal Government shall also observe any day specifically declared by the President of the United States or any other day declared by the President of the United States to be a federal holiday. �UNSCHEDULED MAINTENANCE (Emergency Repair Service) A.��������Contractor shall maintain the equipment in accordance with the manufacturer's latest specifications. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished. � B.��������The CO, COR or designee has the authority to approve/request a service call from the Contractor. � C.��������Response Time: - Contractor's FSE must respond with a phone call to the COR or his/her designee within two (2) hours after receipt of telephoned notification twenty-four (24) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within twenty-four (24) hours after receipt of this second notification and will proceed progressively to completion without undue delay. � D.��������Any charges for parts, services, labor, travel, manuals, tools, or software required to successfully complete unscheduled maintenance are included within this contract unless specifically stated in writing otherwise and approved by the COR. � E. Contractor shall provide mandatory safety and performance-related updates to covered equipment and software. � F.��������The Contractor must have the ability to concurrently address multiple emergency calls and unscheduled maintenance on different equipment. G. The Contractor shall provide upgrades to the software at no additional software license fee if and when such OEM upgrades become available in the commercial marketplace that are not provided by a third part. The Contractor shall complete such upgrades to the software with approval from the COR and within 45 days after it has become commercially available. � �SCHEDULED MAINTENANCE A.��������The Contractor shall perform preventive maintenance and calibration service to ensure that equipment listed in the schedule performs in accordance with Section 3, Conformance Standards. Preventive maintenance inspections and calibrations shall be scheduled at least three (3) days in advance with the Contracting Officer Representative (COR). The PM must be done in accordance with the latest OEM maintenance procedures and protocols. (An outline of the PM procedures and schedule shall be provided to the COR). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: � 1)��������Cleaning of equipment. � 2)��������Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 3, Conformance Standards or the manufacturer's specifications. � 3)��������Calibrating and lubricating the equipment. � 4)��������Performing remedial maintenance of non-emergent nature. � 5)��������Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. � 6)��������Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. � 7)��������Inspecting, and replacing where indicated, worn mechanical components which may include, but is not limited to: support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, and keyboards. � 8)��������Returning the equipment to the operating condition defined in ""Conformance Standards"" Section. � 9)��������Providing documentation of services performed. � 10)��������Inspecting and calibrating the hard copy image device. � B.��������PM services shall be performed in accordance with, and during the hours defined in the ""Hours of Coverage"" section and the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. � C.��������Any charges for parts, services, labor, travel, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and its agreed upon price, unless specifically stated in writing otherwise and approved by the COR. �PARTS Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or service for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No re-manufactures or gray market items will be acceptable. � The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. The Contractor shall furnish and replace parts in accordance with the manufacturer's specifications. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts [except -if applicable - those parts specifically listed as being EXCLUDED]. The contractor shall use new original equipment manufacturer (OEM) parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from other equipment, shall not be installed without specific approval by the CO or the COR. (The Contractor shall also list any excluded parts under the service contract). � TRAVEL Travel for any and all service and preventative maintenance covered within this contract shall be covered by the Contractor and shall not be reimbursed by the CO, VAMC, COR or any of its and/or their associates, employees or descendants under any conditions or circumstances. � SERVICE MANUALS/TOOLS/EQUIPMENT/TRAVEL The VAMC shall not provide travel, tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all travel, operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. TEST EQUIPMENT Should the COR request it, prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. � Should the COR request it, the Contractor shall submit a sample of calibration certification of all test equipment to be used by the Contractor on MEDVAMC equipment CONTACT INFORMATION Upon contract award, the Contractor must provide valid and reliable contact information for service, preventative maintenance, emergency and technical assistance requests. REPORTING REQUIREMENTS The Contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an ""acceptance signature"" and to the COR for an ""authorization signature"" unless otherwise stated by the COR. If the COR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). � VA Contact Persons: ��������Devang Patel / Ghaith Hasan / Rikesha George� Location (Building/Room Number): ��������BA-200�������� ���������������������������������������� � Telephone Number & Extension(s): ��������713-794-7271/7270�������������������������������� ������������ � �Contractor s repairman shall complete a full service report, in writing, after each service call (emergency or scheduled) and submit either a hard copy or an electronic version of this report to the COR within 5 days after the service day. DOCUMENTATION/REPORTS The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the ""Conformance Standards"" section or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The electronic engineering service report (ESR) will consist of a separate PM report for the item(s) covered under the ""specific"" contract. Grouping different equipment from different contracts on ""one"" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: � � A.��������Name of contractor and contract number. � B.��������Name of FSE who performed services. � C.��������Contractor service ESR number/log number. � D.��������Date, time (starting and ending), equipment downtime and hours on-site for service call. � E.��������VA purchase order numbers covering the call if outside normal working hours. � F.��������Description of problem reported by COR. � G.��������Identification of equipment to be serviced: � 1)��������Inventory ID number, � 2)��������Manufacturer's name, � 3)��������Device name, � 4)��������Model number, � 5)��������Serial number, � 6)��������Any other manufacturer's identification numbers. � H.��������Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: � 1)��������Labor and Travel, � 2)��������Parts (with part numbers), � 3)��������Materials and Circuit Location of problem/corrective action. � I.��������Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). � J.��������Signatures: � 1)��������FSE performing services described. � 2)��������Authorized VA Employee who witnessed service described. � NOTE: - Any additional charges claimed must be approved by the COR before service is completed! � REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. ADDITIONAL CHARGES There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. � In any case, the VA shall be explicitly notified in advance that additional charges will be incurred, prior to beginning such work. In such instances that the VA agrees the work is not within the scope of the contract, and the VA desires the Contractor to perform service, a separate purchase order will be issued to the Contractor for the work. Any service required which the Contractor believes to be in excess of the contract provisions and require additional payment (e.g., work beyond normal work hours) shall not be performed without prior authorization from the COR, who will arrange a separate purchase order to pay for the additional service if desired by the VA. � The Government shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. � �CONDITION OF EQUIPMENT The Contractor accepts responsibility for the equipment in ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. REMOVAL OF EQUIPMENT Should a piece of equipment require repair at the Contractor s plant, the Contractor shall coordinate with the COR the removal of equipment. Government property cannot be removed from the station without a signed Property Pass. This Property Pass may be obtained from Acquisition & Material Management Service, Personal Property Section, 4A-320 after removal is authorized by the COR. The Contractor may not remove equipment from Government site for minor repairs only. The Contractor shall be responsible for damage or loss of equipment while in the Contractor s charge. INSURANCE A.��������Worker compensation and employer's liability: - Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. � B.��������General Liability: - Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. � C.��������Property Damage Liability: - Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. � PAYMENT Invoices will be paid in arrears on a quarterly basis. Invoices, MUST INCLUDE, at a minimum, the following information: Contract No., Purchase Order No., Item(s) covered (to include serial #'s) by the PMI and covered period of service. � All invoices shall be submitted in arrears, properly prepared in accordance with FAR 52.212-4, contain sufficient details, and match with the service tickets for the work rendered. � Quarterly Invoices � Invoices for fixed quarterly fee shall be properly prepared and sent electronically to the VA Financial Services Center for payment processing via their electronic e-Invoice system. Invoices shall be sent in arrears at the beginning of the first month of each quarter following the quarter in which the services were rendered and billed for. At a minimum, all invoices shall include the following details: Ø ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½Description of the services rendered Ø ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½Billing period in which the services were rendered Ø ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½Correct purchase order number which will be issued by the Contracting Officer after the contract is awarded. Invoices without correct purchase order number shall be rejected and returned to the Contractor. Ø ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½ï¿½Invoice number and date � Payments will be made in accordance with the prompt payment act out of the Government annual appropriated funds obligated in a purchase order which will be issued after the contract is awarded. � � � � GOVERNMENT PARTY TO EXECUTE AND MODIFY THE CONTRACT After the contract has been in force for a period of time, it may be necessary to change and/or modify the operations to provide better service. Pursuant to FAR 43.102, no government personnel other than the Contracting Officer can execute contract modifications on behalf of the government.� PERSONNEL REQUIREMENTS� COMPETENCY OF PERSONNEL SERVICING EQUIPMENT A.��������Each respondent must have an established business, with an office and full-time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. � B.��������""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment and is OEM Certified. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance. � C.��������The FSEs shall be authorized by the OEM to perform the maintenance services. All work shall be performed by ""Fully Qualified"", OEM Certified competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC prior to award. The COR may authenticate the training requirements, request locations, training certificates or credentials, and technician location from the Contractor at any time for any personnel who are servicing or installing any equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment if evidence is not provided when requested. � D.��������If subcontractor(s) are used, they must be approved by the COR; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer, or his/her designee, may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall have one supervisory employee, who will disseminate requirements to those who work at our facility, report to the Safety Manager s office for a one- (1) time training class before working on-site. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly with such notice, the contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. � The VAMC, CO, COR or any of its and/or their associates, employees or descendants under any conditions or circumstances shall not be held responsible for any safety incident or any injury or any inconvenience experienced by the Contractor, their associates, or subcontractors while performing the services, labor, travel, software upgrades or maintenance included within this contract to the extent applicable by federal, local and state law with federal law taking precedence. OTHER REQUIREMENTS a)��������The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the VAMC is a NO SMOKING Facility. Smoking is not permitted in any building and is only permitted in designated smoking shelters on the VA campus. b)��������Contractor shall have use of station telephones to make business calls related to Medical Center s equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. c)��������UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT (1).��������The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. � (2).��������The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work. � SECURITY PRIVACY/SECURITY The Contractor will need to access VA systems to perform software upgrades, preventative maintenance and maintenance repairs. � The Contractor will have electronic connectivity to the devices and will have access to patient databases or receive screenshots with PHI present. � Any electronic or magnetic data storage devices such as hard drives, etc. shall be turned into the ISO. Electronic or magnetic data storage devices are not to be removed from VA property. The contractor shall have proper access and control to remotely monitor all equipment listed in the ""Equipment Identification and Coverage"" Section. The Contractor shall have an MOU/ISA in place with the Veterans Health Administration before contract award. The contractor shall present the MOU/ISA to the CO and COR prior to contract award. This includes background checks and Information Security Officer approval as required by Directive 6500. The contractor must demonstrate active security clearance before award. (Appendix B ) 6500 Security Clauses 1. SUBPART 839.2 INFORMATION AND INFORMATION TECHNOLOGY SECURITY REQUIREMENTS 839.201 Contract clause for Information and Information Technology Security: a. Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). b. In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. � 2. 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) As prescribed in 839.201, insert the following clause: 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.� (Appendix C) 6500 Security Clauses VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software devel...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/14dd87cde3e74fc4b10bbe46b06f9df0/view)
- Place of Performance
- Address: Michael E. DeBakey Medical Center;2002 Holcombe BLVD.;Houston, TX. 77030, USA
- Country: USA
- Record
- SN05648796-F 20200508/200506230207 (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 |