SOURCES SOUGHT
Q -- Blood Products
- Notice Date
- 5/4/2021 11:04:20 AM
- Notice Type
- Sources Sought
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26021Q0565
- Response Due
- 5/12/2021 12:00:00 PM
- Archive Date
- 06/11/2021
- Point of Contact
- Ross Byrne, Contract Specialist, Phone: 253-888-4922
- E-Mail Address
-
ross.byrne@va.gov
(ross.byrne@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government is conducting market research only to determine the availability of qualified sources capable of providing blood products and testing services. Potential Contractors are invited to provide a response via e-mail to Contract Specialist at ross.byrne@va.gov by May 12, 2021 1:00 pm (PT). Responses will be used to determine the appropriate strategy for a potential acquisition. Please clearly identify any information your company considers sensitive or proprietary. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP), or a promise to issue an RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, or proposals at this time and will not accept unsolicited quotes in response to this sources sought synopsis. The U.S. Government 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 RFP, if any is issued. BACKGROUND: The Seattle VA Medical Center, Seattle Washington, has a requirement for a Contractor to provide blood products and testing services. Please draft Statement of Work below for requirements. NAICS: 621991 Blood and Organ Banks Interested potential Contractors please provide the following. 1) Company Name, address, point of contact, phone number, email address, and DUNS Please indicate business size: Small Disadvantage Business (SDB)____ 8(a)____ Historically Underutilized Business Zone (HUBZone)____ Service-Disabled Veteran-Owned Small Business (SDVOSB)____ Veteran-Owned Small Business (VOSB)_____ Economically Disadvantaged Women-Owned Small Business (EDWOSB)_____ Women-Owned Small Business concerns (WOSB)_____ Small Business_____ Large Business_____ 2) Please submit a brief capability statement (maximum one page) with enough information to demonstrate to the Veterans Affairs that you have the licensed and approved to provide blood products and testing services. **Draft Statement of Work 1. Contract Title. Blood Products and Testing Services 2. Background. The purpose of this contract is to obtain blood products and services for the Seattle Division of the VA Puget Sound Health Care System (VAPSHCS). Actual blood products are dispensed to the laboratory for all Veteran patients in the hospital. 3. Scope. Blood bank products and services for veteran patients located at the Seattle location of the VA Medical Center. Blood must be donated blood product and not purchased blood product. Contractor shall provide blood products and services 24/7, and STATs (within 1-hour turn-around-time when no testing is needed and within 2-hour turn-around time when testing is needed from time of order to delivery at VAPSHCS). Contractor shall provide consultative services 24/7; to include, but not limited to a pathologist trained or training in transfusion medicine, technical transfusion medicine on equipment, testing, interpretation and emergency management. Any downtimes will be communicated with VAPSHCS as soon as possible with the contingency plan for that downtime. Contractor shall provide monthly turn-around-time reports with explanations to any outliers. Contractor shall provide a quarterly utilization report. Contractor shall provide quarterly comparison reports to other hospitals of similar size and volume. Contractor shall provide monthly STAT vs. Routine reports. Contractor shall provide monthly suspected transfusion reaction reports. Contractor shall provide monthly unacceptable specimen reports with details as to why the specimens were not acceptable. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 4. Specific Tasks. Specific Products - the Contract shall include all blood and blood products and all laboratory testing available by the Contractor. Contractor shall provide a Haemobank (trademark or copyright) to VAPSHCS. This shall be stocked with Red Blood Cell products and Fresh Frozen Plasma, which when unused shall be rotated out by the Contractor with credits given for the unused products. Contractor shall also provide platelets (either pooled or apheresis) with a 5-day expiration that will be rotated through the VAPSHCS platelet incubator agitator to ensure any unused products are not destroyed, but instead credited. Contractor shall provide transportation services on an as needed basis, including the need for STAT courier services. In the event the courier services cannot be provided, the contactor shall coordinate and pay for taxi services. Transportation time should be minimized and be included in the determination of turn-around-times. Contractor will provide a validated method of transportation as defined by regulatory agencies. Contractor shall provide massive transfusion protocols to include customized protocols for VAPSHCS. Contractor shall provide all patient history electronically to VAPSHCS, this can be via a secure internet website. Contractor shall help in the validation and implementation of equipment necessary for the transfusion medicine services. Contractor shall provide lookback and Federal Drug Administration (FDA) reporting services as specified in 21 CFR 606.170(b), 21 CFR 606.171, and 21 CFR 610.48. Contractor shall provide all blood products and services in compliance with all regulatory agencies requirements; to include, but not limited to the use of electronic crossmatching, antibody identification, confirmation blood typing on patients without a historical blood type on record. Contractor shall provide group O pRBCs for emergency transfusions to be stocked in VAPSHCS, unused products will be rotated by the contractor to ensure the products do not expire and will provide full credit for the unused products. Contractor shall provide special procedures for specific populations of patients, such as, bone marrow transplant patients and pre-admission crossmatch for patients with scheduled (operating) procedures. Contractor shall manage blood supply to ensure blood products are available 24/7 as needed. Contractor shall manage blood supply within VAPSHCS via the use of the Haemobank. Description Cryoprecipitated Ahf, Preparation Pooled Cryo (Flat Fee) Plasma Cryo Depleted, Preparation Fresh Frozen Plasma(250ml) Fresh Frozen Plasma(250ml), type AB FFP Frozen w/i 24 Hours FFP Frozen w/i 24 Hours type AB Fresh Frozen Plasma(50ml), Prep Liquid Plasma Deglycerolized-Autologous RBC Autologous RBC, Frozen Red Blood Cells(Auto) Processing Resuspended Cells, Processing RBC, Leukoreduced RBC, Leukoreduced, returned AB RBC, Leukoreduced, Frozen RBC, Leukoreduced, CMV NEG RBC, Leukoreduced, Irradiate RBC, Leukoreduced, Irradiate, CMV RBC, Leukoreduced, Washed RBC, LR, IRR, Washed RBC, LR, Frozen, Washed, Deglycerolized RBC, LR, IRR, Frozen, Washed, Deglycerolized Assigned Pediatric 8-Pack Billing PLATELETS BY APHERESIS DIRECTED Platelets by Apheresis LR Platelets by Apheresis LR IRRD Platelets by Apheresis LR, CMV, IRRD GRANULOCYTES BY APHERESIS Platelets, Leukocytes Reduced (PSPP) Platelets, LR, Irradiated (PSPP) Plateletpheresis, LVDS, Irradiated Plateletpheresis, PRT Hepatitis Test (HBSAG) HEP B Surface(HBS) Neutralization Hepatitis Test (Anti-HCV) HEPATITIS C (HCV) RIBA TEST Hepatitis Test (Anti-HBC) Serologic Test For Syphilis FLOURESCENT TREPONEMAL ANTIBODY TEST FTA Anti Cytomegalovirus(CMV) Test Chagas Test-Patient Chagas Confirmatory Testing Anti-HIV 1/2 Antibody Test HIV 1/2 Confirmation Anti HTLV-1/-2 Test HTLV Confirmation Donor HCV NAT Test Donor HIV NAT Test DONOR HBV NAT Donor WNV Nat EBV-VCA-IgG Epstein Barr Virus NA-IgG Toxoplasma-IgG Zika Virus by Nucleic Acid Testing THERAPEUTIC PLASMA EXCH THERAPEUTIC PLATELETPHERESIS THERAPEUTIC RED CELL EXCH THERAPEUTIC LEUKAPHERESIS CUSTOM PRIME Travel EMERGENCY REQUEST SETUP FEE Red Cell Genotyping for Single Antigen Rh Genotyping - Multiplex (D,C) Red Cell Genotyping for MNS Red Cell Genotyping Multiple Groups Rhd Zygosity inc CDE Systems RhD Evaluation ABO Blood Groups by PCR RhD variant - weak D type 1, 2, and 3 Thrombin Time Prothrombin Time aPTT Factor XIII (By Urea Solubility) Factor XIII Quantitative Fibrinogen Activity CBC with Diff aPTT 1:1 Mix Reptilase Time VWF Activity by Ristocetin Cofactor FDP in plasma (semi quantitative) Factor V Activity Factor VII Activity Factor VIII Activity (one stage) Factor IX Activity Factor X Activity Factor XII Activity Factor VIII Activity (Chromogenic) VWF Antigen Von Willebrand Factor Multimers Von Willebrand Collagen Binding Factor VIII INHIBITOR TITER-PORCINE Staclot-La (Hexagonal Pl) dRVVT Screen dRVVT Confirmation Factor IX Inhib Bethesda Human Factor II Inhib Bethesda Human Factor V Inhib Bethesda Human Factor VII Inhib Bethesda Human Factor X Inhib Bethesda Human Factor XI Inhib Bethesda Human Factor VIII Inhibitor Bethesda Titer - Chromogenic Antiplasmin Platelet Aggregation (9 Agonists) Red Cell Separate for Phenotyping RIPA Platelet Function Assay (PFA) Epine Platelet Function Assay (PFA) Adp HEMOPHILIA A Mutation Evaluation Factor VIII Inversion DNA Von Willebrand Disease Type 2A/2B/2M DNA Von Willebrand Disease Type 2N Hemophilia B Mutation Evaluation Genotype for known Hemophilia/VWD mutations DECEASED DONOR WORKUP DECEASED DONOR WORKUP-IMPORT HLA B27 TYPING HLA A 29 Typing HLA B51 Typing HLA B57:01 Typing HLA B58:01 Typing HLA B15 Typing HLA-DQ2/DQ8/DQA1*05 (Celiac association) HLA ANTIBODY DETECTION HLA Antibody Specificity HLA Antibody Specificity Monitoring DSA HLA Antibody Specificity Monitoring DSA - STAT MIC Antibody Specificity C1q fixing HLA Antibody Specificity C1q fixing HLA Antibody Monitoring DSA Anti-AT1R Antibody HLA CLASS I (A,B, C) TYPING HLA CLASS II (DR,DQ) TYPING MICA Typing HLA CLASS I & CLASS II (A,B,C,DR,DQ) Typing SPECIMEN PROCESSING (SERUM) SPECIMEN PROCESSING (CELLS) LYMPHOCYTE CROSSMATCH LYMPHOCYTE CROSSMATCH - STAT LYMPHOCYTE CROSSMATCH -Cytotoxicity Platelet Alloantibody Workup (Basic) HLA -A2 or A*0201 Typing HIGH-RESOLUTION TYPING, HLA-A HIGH-RESOLUTION TYPING, HLA-B HIGH-RESOLUTION TYPING, HLA-C HIGH-RESOLUTION TYPING, HLA-DPA1 HIGH-RESOLUTION TYPING, HLA-DPB1 HIGH-RESOLUTION TYPING, HLA-DQA1 HIGH-RESOLUTION TYPING, HLA-DQB1 HIGH-RESOLUTION TYPING, HLA-DRB1 High Resolution HLA DRB3/DRB4/DRB5 CROSSMATCH ANTIGLOBULIN IRL CROSSMATCH ELECTRONIC IRL STAT FEE - IRL ANTIBODY SCREEN IRL RED CELL ANTIBODY TITRATION RH PHENOTYPE (D,C,E,C Antigentype) Patient PHENOTYPE Single Antigen Screening of compatible RBC units Direct Antiglobulin Test Monospecific IRL Direct Antiglobulin Test Polyspecific IRL Red Cell ANTIBODY PANEL (per panel) Red Cell ANTIBODY PANEL (per panel) TSL Autoabsorption ALLOABSORPTION ELUTION NEUTRALIZATION Chemical Treatment Red Cells Enzyme Treatment Red Cells CHEMICAL TREATMENT SERUM PATIENT PHENOTYPE EXTENDED Lectin Panel DONATH-LANDSTEINER THERMAL AMPLITUDE AFTER HOURS SURCHARGE UNIT PHENOTYPE/ANTIGEN/UNIT HEMOGLOBIN S SCREEN SCREEN FOR FETAL-MATRN HEMORRHAGE KLEIHAUER-BETKE STAIN Rare/Uncommon Unit Search Fee Imported Unit Fees - per unit RARE UNIT FEE ADAMTS 13 ACTIVITY ADAMTS 13 INHIBITOR ADAMTS-13 Antibody Platelet Alloantibody Workup (Advanced) Platelet Autoantibody Test Platelet Drug Antibody Test Hep/PF4 IgG ELISA (HIT) Hep/PF4 IgG ELISA Confirmation Post-Transfusion Purpura (PTP) Workup Neonatal Alloimmune Thrombocytopenia Eval Platelet Typing/Single Platelet Antigen TYPE CONFIRM UNIT CROSSMATCH ANTIGLOBULIN RETROSPECTIVE XMATCH ANTIGLOBULIN Xmatch Immediate Spin ABO COMPATIBLE TEST XMatch Potential Donor ABO Compatible XMatch Potential Donor ABO Incompatible CROSSMATCH ELECTRONIC RETROSPECTIVE CROSSMATCH ELECTRONIC Uncrossmatched Unit Handling fee EMERGENCY TESTING OR RELEASE ABO, RH Confirmatory 2nd Sample ABO/RH IRL INDIRECT ANTIGLOBULIN TEST % ABO Patient antigen type - TSL HOLD Specimen Charge DIRECT ANTIGLOBULIN TEST INVESTIGATION OF TRANSFUSION REAC Limited Transfusion Reaction Invest Irradiated Unit, Preparation Reduced Volume, Preparation Prep of RBCs, Plasma Reduced Preparation of Red Cells, Washed Preparation of Platelets, Washed CMV Negative Pooling Pooling, Resuspended RBC Thawing Of Plasma Verax Fee Hemosafe/HaemoBank - Site VPN monitoring Hemosafe/HaemoBank - Support/Maintenance Hemosafe/HaemoBank Software Licensing HaemoBank 80 Rental Fee Shall include all HLA, hemostasis, donor, immunogenetics, molecular, and reference testing performed by the Contractor currently, and include any future additional testing once validated and upon completion of a contract modification. 4.1 Task 1 - Enterprise Management Controls. 4.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this contract. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. Deliverables: Technical & Functional Activities 4.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract. Deliverables: Contract Management Plan Monthly Status Report 5. Performance Monitoring The following terms and conditions are applicable: a. All services shall be initiated within one calendar day following receipt of a valid order, unless otherwise specified in the order. b. The Contractor shall be familiar with Federal Government and Department of Veterans Affairs acquisition regulations, directives and instructions. If a particular document is required in a specific order, it will be cited within the order's Statement of Work. c. The Contractor shall not provide technical direction to government personnel at any time. Neither shall the Government directly supervise the Contractor employees. The Contractor Task Leader shall conduct day to day supervision of to all Contractor employees wherever they are located. All direction of the Contractor shall be through the Contracting Officer Representative (COR) of the ordering organization specified in each individual order. Technical ""tasking"" assignments for the Contractor will be transmitted by the program office's COR (or program manager) to the Contractor Task Leader. d. Capitalization Requirements: The Contractor shall provide their employees sufficient computer equipment to support orders. The Contractor shall be able to support the automatic transmission of unclassified data only to the requiring Program Office by modem if so requested. Any computers connected to, or transmits to (connected or via magnetic media) the government shall be properly protected from computer viruses. The Contractor shall be capable of supporting the software packages utilized by Department of Veterans Affairs for the indicated processors. Specific software packages utilized within a program office shall be stated in the order Statement of Work if it is other than Microsoft Office Professional or Microsoft Project. 6. Security Requirements 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. 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 US 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 Veteran Affairs does not have a Memorandum of Agreement with Defense Security Services (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 development and outsourced operations must be located in the US to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-US services are provided and detail a security plan, deemed to be acceptable to VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the US may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 7. Custody of VA Information a. Information made available to the contractor or subcontractor by VA for the performance or administration of the contract shall be used only for the purposes and shall not be used in any other way without the written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights of Data General, FAR 52.227-14(d)(1). b. VA information should not be co-mingled, if possible, with any other data on the contractor/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered / created by the contractor in the course of performing the contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with VA Directive 6300, Records and Information Management and its Handbook 6300.1, Electronic Media Sanitization. Self0-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. d. The Contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable to FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or date used by the contractor/subcontractor needs to be restored in an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under FAR Part 12. g. If a VHA contract is terminated for cause, the associated BAA must also be terminated an appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business relationship. h. The Contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The Contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request. j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism, or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, the contractor/subcontractor shall immediately refer such court orders or other requests to the VA Contracting Officer for response. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. 8.0 Security Incident Investigation a. The term ""security incident"" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the Contracting Officer and the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a date breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft, break-in, or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The Contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 9. Liquidated Damages for Data Breach a. Consistent with the requirements of 38U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the Contractor/subcontractor processes or maintains under the contract. b. The Contractor/subcontractor shall provide notice to VA of a ""security incident"" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity of the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the date breach for the potential misuse of any sensitive personal information involved in the data breach. The term ""data breach"" means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: 1. Nature of event (loss, theft, unauthorized access); 2. Description of the event, including: a. Date of occurrence b. Date elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code: 3. Number of individuals affected or potentially affected; 4. Names of individuals or groups affected or potentially affected; 5. Ease of logical date access to the lost, stolen, or improperly accessed data in light of the degree of protection for the data, e.g. unencrypted, plain text; 6. Amount of time the data has been out of VA control; 7. The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); 8. Known misuses of date containing sensitive personal information, if any; 9. Assessment of the potential harm to the affected individuals; 10. Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and 11. Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: 1. Notification; 2. One year of credit report monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; 3. Data breach analysis; 4. Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; 5. One year of identity theft insurance with $20,000 coverage at $0 deductible; and 6. Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. Security Controls Compliance Testing On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. Within 10 working days notice, at the request of the government, the contractor must fully cooperate and assist in a government sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. 10. Training a. All Contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: 1. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; 2. Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually compete the required security training; 3. Successfully complete the appropriate VA privacy training and annually complete required privacy training; and 4. Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access. b. The contractor shall provide to the Contracting Officer and/or the COR a copy of training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. 11. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). a. One (1) computer workstation 12. Other Pertinent Information or Special Considerations. Not Applicable (N/A) a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identificatio...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/89170791ff3343148a1ca9ce9fe1a5b8/view)
- Place of Performance
- Address: Department of Veterans Affairs Seattle VA Medical Center Lab 1660 S. Columbian Way, Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN05991390-F 20210506/210504230117 (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 |