SPECIAL NOTICE
D -- Intent to Sole Source VOCERA Communication Maintenance_LT_MEM
- Notice Date
- 12/2/2020 9:26:34 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0069
- Archive Date
- 03/11/2021
- Point of Contact
- Michael.brown1305@va.gov, Michael Brown, Phone: 615-225-5975
- E-Mail Address
-
MICHAEL.BROWN1305@va.gov
(MICHAEL.BROWN1305@va.gov)
- Awardee
- null
- Description
- 36C24921Q0069 INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 9, intends to award a sole-source, contract to Government Marketing and Procurement LLC, DUNS123922788, 13350 Ranch Road 12, Wimbley, TX 78676 for the Memphis VA Health Care System, 1030 Jefferson Ave, Memphis TN 38104. FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, applies to this procurement."" The contract is expected to be awarded under FAR 13.106-1 (b). Period of Performance: Base Year: 12/15/2020-12/14/2021 Option Year 1: 12/15/2021-12/14/2022 Option Year 2: 12/15/2022-12/14/2023 Option Year 3: 12/15/2023-12/14/2024 Option Year 4: 12/15/2024-12/14/2025 NAICS code: 541519 SBA Size Standard: $30 M PSC: DG01 STATEMENT OF WORK VOCERA SOFTWARE MAINTENANCE and TECHNICAL SUPPORT AGREEMENT A. SCOPE OF WORK The Contractor shall provide all services listed on the quote and the Software Maintenance and Technical Support Agreement 935-16001 (Revision P). See Table 5.6 (a) for End User and Vocera responsibilities for details. Hardware and Software is the property of Memphis VA Medical Center located at 1030 Jefferson Avenue, Memphis, TN 38104. Description of the Software and Technical contract includes: Engage, Premier Support, Instance Engage, Premier Support, Two Applications (201-400 Beds) Engage, Premier Support, 1u Appliance Vocera Premier Support, SIP Telephony, 6 ports Vocera Premier Support, Enterprise License Voice, 450 Users The Contractor shall perform hardware delivery, installation, integration, Verification and Validation as listed in the support agreement. B. PERFORMANCE DETAILS All work will be conducted during normal business hours. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officers (CO). There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year s Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November C. PLACE OF PERFORMANCE Tasks under this Scope of Work shall be performed in VA facilities located in Memphis VAMC, 1030 Jefferson Avenue, Memphis, TN, 38104. Work may be performed at remote locations with prior concurrence from the Contracting Officer s Representative (COR). D. TRAVEL Onsite support is not covered under this agreement. Any travel to VAMC Memphis would incur additional cost and would require a new purchase order. The Contractor shall provide qualified field engineers or technicians to provide all technical support covered under this agreement. The Contractor shall coordinate with the COR or their designated contact before performing any maintenance on the Vocera system. E. GENERAL REQUIREMENTS SECURITY AND PRIVACY REQUIREMENTS It has been determined that protected health information may be disclosed or accessed and a signed Business Associate Agreement (BAA) shall be required. The Contractor shall adhere to the requirements set forth within the BAA, referenced in Section D of the contract, and shall comply with VA Directive 6066. The Authorization requirements do not apply, and that a Security Accreditation Package is not required. POSITION/TASK RISK DESIGNATION LEVEL(S) The position sensitivity and the level of background investigation commensurate with the required level of access for the tasks within the PWS are all noted to be Tier 1/Low Risk. The Tasks identified in this PWS and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Contractor Responsibilities: The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language. Within 3 business days after award, the Contractor shall provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations in accordance with the ProPath (PAL) template. The Contractor Staff Roster shall contain the Contractor s Full Name, Date of Birth, Place of Birth, individual background investigation level requirement (based upon Section 6.2 Tasks), etc. The Contractor shall submit full Social Security Numbers either within the Contractor Staff Roster or under separate cover to the COR. The Contractor Staff Roster shall be updated and provided to VA within 1 day of any changes in employee status, training certification completion status, Background Investigation level status, additions/removal of employees, etc. throughout the Period of Performance. The Contractor Staff Roster shall remain a historical document indicating all past information and the Contractor shall indicate in the Comment field, employees no longer supporting this contract. The preferred method to send the Contractor Staff Roster or Social Security Number is by encrypted e-mail. If unable to send encrypted e-mail, other methods which comply with FIPS 140-2 are to encrypt the file, use a secure fax, or use a traceable mail service. The Contractor should coordinate with the location of the nearest VA fingerprinting office through the COR. Only electronic fingerprints are authorized. The Contractor shall bring their completed Security and Investigations Center (SIC) Fingerprint request form with them (see paragraph d.4. below) when getting fingerprints taken. The Contractor shall ensure the following required forms are submitted to the COR within 5 days after contract award: Optional Form 306 Self-Certification of Continuous Service VA Form 0710 Completed SIC Fingerprint Request Form The Contractor personnel shall submit all required information related to their background investigations (completion of the investigation documents (SF85, SF85P, or SF 86) utilizing the Office of Personnel Management s (OPM) Electronic Questionnaire for Investigations Processing (e-QIP) after receiving an email notification from the Security and Investigation Center (SIC). The Contractor employee shall certify and release the e-QIP document, print and sign the signature pages, and send them encrypted to the COR for electronic submission to the SIC. These documents shall be submitted to the COR within 3 business days of receipt of the e- QIP notification email. (Note: OPM is moving towards a click to sign process. If click to sign is used, the Contractor employee should notify the COR within 3 business days that documents were signed via e-QIP). The Contractor shall be responsible for the actions of all personnel provided to work for 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 shall be responsible for all resources necessary to remedy the incident. A Contractor may be granted unescorted access to VA facilities and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC), completed training delineated in VA Handbook 6500.6 (Appendix C, Section 9), signed Contractor Rules of Behavior , and with a valid, operational PIV credential for PIV-only logical access to VA s network. A PIV card credential can be issued once your SAC has been favorably adjudicated and your background investigation has been scheduled by OPM. However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of OPM. The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor employee as determined by the Government, shall withdraw the employee from consideration in working under the contract. Failure to comply with the Contractor personnel security investigative requirements may result in loss of physical and/or logical access to VA facilities and systems by Contractor and Subcontractor employees and/or termination of the contract for default. Identity Credential Holders must follow all HSPD-12 policies and procedures as well as use and protect their assigned identity credentials in accordance with VA policies and procedures, displaying their badges at all times, and returning the identity credentials upon termination of their relationship with VA. Deliverable: Contractor Staff Roster METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). 1.3 PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Levels of Performance associated with this effort. Performance Objective Performance Standard Acceptable Levels of Performance A. Technical / Quality of Product or Service Demonstrates understanding of requirements Efficient and effective in meeting requirements Meets technical needs and mission requirements Provides quality services/products Satisfactory or higher B. Project Milestones and Schedule Established milestones and project dates are met Products completed, reviewed, delivered in accordance with the established schedule Notifies customer in advance of potential problems Satisfactory or higher C. Cost & Staffing Currency of expertise and staffing levels appropriate Personnel possess necessary knowledge, skills and abilities to perform tasks Satisfactory or higher D. Management 1. Integration and coordination of all activities to execute effort Satisfactory or higher The COR will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable level of performance. The Government reserves the right to alter or change the surveillance methods in the QASP at its own discretion. A Performance Based Service Assessment will be used by the COR in accordance with the QASP to assess Contractor performance. 1.4 FACILITY/RESOURCE PROVISIONS The Government will provide system access when authorized contract staff work at a Government location as required in order to accomplish the Tasks associated with this PWS. All procedural guides, reference materials, and program documentation for the project and other Government applications will also be provided on an as-needed basis. The Contractor shall request other Government documentation deemed pertinent to the work accomplishment directly from the Government officials with whom the Contractor has contact. The Contractor shall consider the COR as the final source for needed Government documentation when the Contractor fails to secure the documents by other means. The Contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work. 36C24921Q0069 INTENT TO SOLE SOURCE VA may provide remote access to VA specific systems/network in accordance with VA Handbook 6500, which requires the use of a VA approved method to connect external equipment/systems to VA s network. Citrix Access Gateway (CAG) is the current and only VA approved method for remote access users when using or manipulating VA information for official VA Business. VA permits CAG remote access through approved Personally Owned Equipment (POE) and Other Equipment (OE) provided the equipment meets all applicable 6500 Handbook requirements for POE/OE. All of the security controls required for Government furnished equipment (GFE) must be utilized in approved POE or OE. The Contractor shall provide proof to the COR for review and approval that their POE or OE meets the VA Handbook 6500 requirements and VA Handbook 6500.6 Appendix C, herein incorporated as Addendum B, before use. CAG authorized users shall not be permitted to copy, print or save any VA information accessed via CAG at any time. VA prohibits remote access to VA s network from non-North Atlantic Treaty Organization (NATO) countries. The exception to this are countries where VA has approved operations established (e.g. Philippines and South Korea). Exceptions are determined by the COR in coordination with the Information Security Officer (ISO) and Privacy Officer (PO). This remote access may provide access to VA specific software such as Veterans Health Information System and Technology Architecture (VistA), ClearQuest, ProPath (PAL), Primavera, and Remedy, including appropriate seat management and user licenses, depending upon the level of access granted. The Contractor shall utilize government-provided software development and test accounts, document and requirements repositories, etc. as required for the development, storage, maintenance and delivery of products within the scope of this effort. The Contractor shall not transmit, store or otherwise maintain sensitive data or products in Contractor systems (or media) within the VA firewall IAW VA Handbook 6500.6 dated March 12, 2010. All VA sensitive information shall be protected at all times in accordance with VA Handbook 6500, local security field office System Security Plans (SSP s) and Authority to Operate (ATO) s for all systems/LAN s accessed while performing the tasks detailed in this PWS. The Contractor shall ensure all work is performed in countries deemed not to pose a significant security risk. For detailed Security and Privacy Requirements (additional requirements of the contract consolidated into an addendum for easy reference) refer to ADDENDUM A ADDITIONAL VA REQUIREMENTS, CONSOLIDATED and ADDENDUM B - VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE. GOVERNMENT FURNISHED PROPERTY (GFE) GFE may be required upon review of Contractor s CPMP at COR s discretion. If GFE is required, the Contracting Officer must be provided a copy of GFE provided for the contract file. SHIPMENT OF HARDWARE OR EQUIPMENT SPECIAL SHIPPING INSTRUCTIONS: Prior to shipping, Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. Contractor shall not make any changes to the delivery schedule at the request of Site POC. Contractors shall coordinate deliveries with Site POCs before shipment of hardware to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, shall bear the VA IFCAP Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA IFCAP PO number shall indicate total number of containers for the complete shipment (e.g. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall also include the following: IFCAP PO #: (e.g., 166-E11234 (the IFCAP PO number is located in block #20 of the SF 1449)) Project Description: (e.g. Tier I Lifecycle Refresh) Total number of Containers: Package of . (e.g., Package 1 of 3) THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement or quotation, which shall be considered by the agency on or before December 08, 2020, 10:30 am Central Time to michael.brown1305@va.gov. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24921Q0069 VOCERA Support , in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to the Contracting Specialist, Michael Brown by email at michael.brown1305@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing maintenance and service on the listed equipment and systems. Point of Contact: Michael Brown, michael.brown1305@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd8922972a764be284aa617ef2fec6ee/view)
- Record
- SN05864469-F 20201204/201202230137 (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 |