COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2, 2001 PSA #2948
SOLICITATIONS
R -- MANAGEMENT SUPPORT SERVICES
- Notice Date
- September 28, 2001
- Contracting Office
- Department of Veterans Affairs, VISN 1 VA New England Health Care, Veterans Hospital, 200 Springs Road, Bedford, MA 01730
- ZIP Code
- 01730
- Solicitation Number
- 518-02-03
- Response Due
- October 17, 2001
- Point of Contact
- Elaine Gibson, 781-687-3152
- E-Mail Address
- Elaine.Gibson@med.va.gov (Elaine.Gibson@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information contained in this notice. This procurement constitutes the only solicitation; this is a Request for Proposal (RFP) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. Solicitation number RFP 518-02-03 should be referenced on all proposals. This acquisition is 100% small business set aside and the NAICS Code is 561110 with a small business size standard of 18.0 million. In accordance with the terms, conditions, provisions and specifications of this proposal the Government intends to enter into a firm fixed price contract for a period of one (1) base year and three (3) one year options beginning on or about November 1, 2001. The Contractor shall be required to provide VistA system management, database management, system monitoring, system security, policy & procedure writing, VMS and DSM operating system upgrades, DSM global/volume set management, DCL programming, MUMPS programming, provide troubleshooting (TCP/IP devices, serial devices, LAT devices, etc) and any other task associated with the daily maintenance of the VistA computer system and network at the Bedford VAMC. The system houses the Medical Centers entire patient database and all medical records for the Veteran. System Management for the VistA system is considered a highly critical position and therefore must be assigned to a contractor with vast experience in VistA and MUMPS databases. Requirements: I. Contractor shall perform the following daily functions of the system Manager for the VistA system from remote location but must be "on site" one day per week or as required for emergency situations seven days a week for a maximum of 30 hours per week. PRICING SCHEDULE: Provide hourly rate $_____________; Option Year 1 Provide hourly rate $___________; Option Year 2 Provide hourly rate $__________; Option Year 3 Provide hourly rate $__________. 1.Backups: a. VistA backup mail message received (Mon & Thurs) (1) search log files for errors & failures (2) read log files for other mistakes b. Mirror backup-Saturday 2. Monitor Cluster; Hourly, monitor the cluster to look for CPU intensive jobs, heavy load on one node, CIRN activity 3. Review for disk growth, look for system disk, user$, and archive disk percentages. 4. HSZ checks for failed disks, 5. Check taskman, look for hanging jobs, unsuccessful jobs and check background jobs. 6. Network mail queues: check for hung queues 7. HL7 monitor-check to see if all links are up, link manager running, background filers running etc. 8. Check for errors or events on the system 9. Search the sys$ manager; operator log previous day for odd events 10. Check FORUM Nois database call for the previous day to look for potential issues re: AXP,DI,XU,XM,CMOP,etc. 11. Check the DSM error log for any system oriented errors 12. UCX/TCP/IP: a. check counters for waits, etc. b. sh dev for ghost jobs c. check for disconnected printers & print queues. II. All responsibilities associated with the VistA System Management position will be assumed by the Contractor under the direction of the Facility CIO. III. All VMS and DSM system upgrades and OS patches will be responsibility of the Contractor under the guidance of the Facility CIO and National AXP Team. IV. Contractor shall have a working relationship with COMPAQ Expertise Center, COMPAQ Field Technicians and National Field Offices (Albany, Hines, MISS, etc) V. Contractor must have minimum of 6 years experience in VistA system management. VI. Contractor must have mimimum 6 years experience managing a VMS Cluster with DSM and MUMPS databases. VII. Contractor must have minimum of 1 year experience in Information Security having completed the ISO training course and have access to the security National Database. VIII. Contractor must have completed VistA University training courses: SYSMAN I, SYSMAN II, Network SYSMAN I (NT). IX. Contractor must have a minimum of 2 years experience in CACHE/NT VistA system management. X. contractor must have experience in TCP/IP, FTP and other network protocols. XI. Contractor must have minimum of 6 years experience implementing VistA application patches as issued by the developers. Contractor shall provide weekly reports to the Facility CIO on ongoing projects, system monitoring, system security and any other issue regarding VistA systems at the Bedford VAMC. the Government will provide the necessary coordination, office space, telephone service, cellular phone and government furnished equipment (ie. PC, RAS access) and procedural guides, reference materials, points of contact and program documentation. Additional expenses incurred by the contractor in the execution of their responsibility must be itemized and approved by the CIO and submitted for reimbursement. All information obtained by the Contractor is the sole property of the VA and the VistA system is a U.S. Government computer system for federal use only.The files on this system include Federal records that contain sensitive information. All activities on this system may be monitored to measure network performance and resource utilization; to detech unauthorized access to or misuse of the system or individual files and utilities on the system, including personal use; and to protect the operational integrity of the system. Further use of this system constitutes your consent to such monitoring.Misuse of or unauthorized access to the system may result in criminal procecution and disciplinary, adverse or other appropriate action. All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. However, in the interest of expediting this work and because of the short turnaround period, individuals who are not able to complete this process may work under the direct and constant supervision of another VA or Contractor employee who has received a successful full background investigation. Position Sensitivity has been designated as High Risk. The level of background investigation commensurate with the required level of access is full background. Fees for this investigation is borne by the contractor. Evaluations will be made on knowledge and experience with similar work, qualifications, availability and price/cost, all factors being considered. Work is to be product/service base. All costs associated with carrying out the functions of the above proposal are to be borne by the individual or organization so engaged. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. The parties agree that such personnel shall not be considered a VA employee for any purpose and shall be considered employees of the Contractor. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR); http;//www.arnet.vot/far/ and Veterans Affairs Acquisition Regulations (VAAR); http;//www.va.gov/oa&mm/vaar. The following clauses and provisions apply to this acquisition and may be obtained from the web sites; 52.212-1 Instructions to Offerors-Commercial Items; the offeror shall submit a completed copy of provisions at 52.212-3 Offeror Representations and Certifications-Commercial Items and VAAR 852.219-70 Veteran-Owned Small Business with their proposal. The following clauses are incorporated by reference. This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.228-5 Insurance Work on a Government Installation; 852.270-1 Representatives of the Contracting Officer; 852-237-70 Contractor Responsibilities; 852-270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Proposals must be in writing and accompanied by a completed Representations and Certifications or they will be rejected. Proposals are due by close of business 4:30 p.m. local (EST) Wednesday, October 17, 2001. All proposals shall be submitted to Contracting Officer (90C) VA Medical Center, 200 Springs Road, Bedford, MA 01730.
- Record
- Loren Data Corp. 20011002/RSOL003.HTM (W-271 SN50Z1U1)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on September 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|