Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOURCES SOUGHT

D -- VA-21-00024977 21-SW0091 Griffith, Ballard & Co

Notice Date
5/6/2021 8:52:42 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
 
ZIP Code
78744
 
Solicitation Number
36C10A21Q0188
 
Response Due
5/11/2021 10:00:00 AM
 
Archive Date
05/26/2021
 
Point of Contact
Marcela.Clark2@va.gov, Marcela Clark, Phone: 5129814402
 
E-Mail Address
Marcela.Clark2@va.gov
(Marcela.Clark2@va.gov)
 
Awardee
null
 
Description
This is a Request for Information (RFI) only. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This RFI does not constitute a solicitation for quotes/proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this RFI must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. VA intends to award a sole source contract for a base period of 12-months and four 12-month option periods to Griffith Ballard and Company for continued Griffith software maintenance of existing installed licenses. It is requested that the vendor respond to the following: 1. Provide a summary of your technical capabilities to meet the requirements detailed in the draft PWS/PD, including ability to provide Griffith software maintenance for the existing installed and configured software. 2. Provide commercially available list pricing for the solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing.  If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. 3. Indicate the likelihood of your company responding to a solicitation. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. 4. Include the company profile. At a minimum, include history, business size, socioeconomic category, and applicable North American Industry Classification [NAICS]. The response should also include a list of all subcontractors anticipated and their respective role(s) in the performance of this requirement. The NAICS code considered for this requirement is 541519. Indicate your business size standard and comment on the appropriate use of this code. You may recommend another code if you deem it more appropriate; however, please provide your rationale. Product Description (PD) DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology Infrastructure Operations FY21 Griffith Software Maintenance for VA-21-00024977 Date: February 19, 2021 Product Description Version Number: 1.0 Page 2 of 2 FY20 Software Maintenance Product DescriptionTemplate_JAN_04_2019 Page 1 of 17 PRODUCT REQUIREMENTS The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Information Technology Operations and Services (ITOPS), Infrastructure Operations requires software maintenance for the following Griffith, Ballard & Co Acturarial Evaluation software products currently in use at the VA. This essential system software product supports all online insurance processing applications. The Contractor shall provide one (1) telephone number and/or a point of contact for VA to contact in order to open maintenance service calls. The Contractor shall provide secure connection capabilities for the downloading of software updates and/or the uploading of diagnostic information. The preferred protocol for transfer is Secure File Transfer Protocol (SFTP). This requirement is for OEM software maintenance support, as identified in the table below. All deliverables, including the Delivery Support Information document, will be through the AACLicense@VA.GOV mailbox. Deliverables shall include updated software licensing information and instructions on how to place service requests. Payment of invoices will not be made without proper distribution of the deliverables. The Period of Performance (POP) is 7/1/2021 6/30/2022 with four (4) 12-month Option Periods. The Contractor shall provide the following: Product Description QTY Unit Control No: SW4441-R5 Description: Maintenance SW-Griffith Ballard Actuarial Evaluation Software License Metric: Not Available License Duration: Subscription OEM: Griffith, Ballard and Company Coverage: 24x7 Type of Support: Telephone, Web and Updates Mfg Model No: 2098-B02 HW Serial No: 0267D46 MCC: B00 AppCode: BDN Location: PITC 12 Month Deliverable Support Information: The Contractor shall complete the Deliverable Support Information form (DSI) for maintenance support. The Contractor shall fill in blocks 15-32. Note for Multiple CLINs: For asset specific information that applies to multiple CLINs, provide an attachment correlating any asset specific information to specific CLINS. (For example: Serial Numbers or License Keys). The Contractor shall provide Original Equipment Manufacturer (OEM) confirmation that all software support has been purchased. The Contractor shall provide service call instructions to include all information required to obtain maintenance, support, or licenses. The form shall be submitted electronically to: VA PM, COR, CO and AACLicense@va.gov NSP NSP NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PRCUREMENTS (SECTION 508) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. Section 508 Information and Communication Technology (ICT) Standards The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.  Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements Compatablity with Assistive Technology The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. Acceptance and Acceptance Testing Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. SHIPMENT OF SOFTWARE SHIP TO AND MARK FOR: All delivery will be electronic delivery of software and software licenses to AAClicense@va.gov (see Deliverable Support Information CLIN) and provide notice to: Primary: Name: Sharlana Dillard Address 1615 Woodward St. Austin, TX 78772 Voice: (512) 326-6299 Email: sharlana.dillard@va.gov Alternate: Name: IT Asset Management Software Team Address: 1615 Woodward St. Austin, TX 78772 Email: OITITOPSSOIOBUSFBOITAMSoftware@va.gov GENERAL REQUIREMENTS VA Technical Reference Model The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (VA TRM). The VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. Moreover, the VA TRM, which includes the Standards Profile and Product List, serves as a technology roadmap and tool for supporting OI&T. Architecture & Engineering Services (AES) has overall responsibility for the VA TRM. ADDITIONAL ITEMS Special Instructions/Remarks Response Instructions: Offerors shall provide with its quote/proposal a letter from the OEM for any and all proposed products certifying that the Offeror or the Offeror s teaming partner, if acquiring the product through a teaming partner, is authorized to sell and provide the proposed product(s) as of the date of the submission of the quote/proposal. The OEM letter shall be provided on the OEM s letterhead and signed by an authorized representative of the OEM. Additionally, the Offeror s quote/proposal shall explicitly self-certify that that it will not provide Gray Market Goods and/or Counterfeit Electronic Parts, and that it has the level of certification/specialization, as required by the OEM(s), to support authorized product sale and pricing for the products proposed. Failure to include the requisite OEM letter(s) and Offeror self-certification may render the Offeror s quote Unacceptable and thus, ineligible for award. INFORMATION SECURITY CONSIDERATIONS: The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required All VA sensitive information shall be protected at all times in accordance with 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 Product Description. A prohibition on unauthorized disclosure: Information made available to the Contractor or Subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/Subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the Contractor/Subcontractor s rights to use data as described in Rights in Data General, FAR 52.227-14(d).(1). A requirement for data breach notification: Upon discovery 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, the Contractor/Subcontractor shall immediately notify the COR and simultaneously, the designated ISO, and Privacy Officer for the contract. 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. See VA Handbook 6500.6, Appendix C, paragraph 6.a. A requirement to pay liquidated damages in the event of a data breach: In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost of providing credit protection services to those individuals. However, it is the policy of VA to forgo collection of liquidated damages in the event the Contractor provides payment of actual damages in an amount determined to be adequate by the agency. Based on the determinations of the independent risk analysis, the Contractor shall be responsible for paying to VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs A requirement for annual security/privacy awareness training: Before being granted access to VA information or information systems, all Contractor employees and Subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the Contractor. If the Contractor provides their own training that conforms to VA s requirements, they will provide the COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in VA s contract have received their annual security/privacy training that meets VA s requirements and the total number of employees trained. See VA Handbook 6500.6, Appendix C, paragraph 9. A requirement to sign VA s Rules of Behavior: Before being granted access to VA information or information systems, all Contractor employees and Subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read, understand, and agree to abide by VA s Contractor Rules of Behavior which is attached to this contract. See VA Handbook 6500.6, Appendix C, paragraph 9, and Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c41dd39dce54da79740022be22025e9/view)
 
Record
SN05994548-F 20210508/210506230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.