PRODUCT REQUIREMENTS .gov



PRODUCT DESCRIPTION (PD) DEPARTMENT OF VETERANS AFFAIRSOffice of Information & TechnologyVeteran Health Administration (VHA)Sealed All-In-One Medical Grade Personal Computer (PC)Date: 8/19/2019TAC-19-56461PD Version Number: 1.1Contents TOC \o "1-4" \h \z \u 1.0PRODUCT REQUIREMENTS PAGEREF _Toc15452723 \h 31.1SALIENT CHARACTERISTICS PAGEREF _Toc15452724 \h 31.2GRAY MARKET GOODS PAGEREF _Toc15452725 \h 102.0NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS?(SECTION 508) PAGEREF _Toc15452726 \h 102.1SECTION 508 – INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS PAGEREF _Toc15452727 \h 102.2COMPATABILITY WITH ASSISTIVE TECHNOLOGY PAGEREF _Toc15452728 \h 112.3ACCEPTANCE AND ACCEPTANCE TESTING PAGEREF _Toc15452729 \h 113.0INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS PAGEREF _Toc15452730 \h 114.0SHIPMENT OF HARDWARE OR EQUIPMENT PAGEREF _Toc15452731 \h 134.1SPECIAL SHIPPING INSTRUCTIONS PAGEREF _Toc15452732 \h 135.0GENERAL REQUIREMENTS PAGEREF _Toc15452733 \h 135.1VA TECHNICAL REFERENCE MODEL PAGEREF _Toc15452734 \h 135.2POSITION/TASK RISK DESIGNATION LEVEL(S) PAGEREF _Toc15452735 \h 14ADDENDUM B – VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE PAGEREF _Toc15452736 \h 21 PRODUCT REQUIREMENTSThe Contractor shall provide the Brand Name or Equal of the Medix KW22 All-In-One Computer System. These systems will be used to replace the current Datalux Alpha and Datalux Medical Grade computers, which are used as part of the Censis CensiTrac Instrument Tracking System within SPS departments VA wide.The Contractor shall provide Brand Name or Equal:Quantity: 1,172Medix KW22 All-In-One Computer SystemsSALIENT CHARACTERISTICSMINIMUM REQUIREMENTSAll-in-One (Ruggedized)CPU CPU shall be latest generation available with 64 bit processor technology ?25W TDP and 2 cores?Processor and chipset support BIOS protection, detection and recovery?Processor and chipset support for Operating System Trusted Boot & UEFI Secure Boot?Processor and chipset support for Trusted execution environment with a crypto module in hardware that is FIPS 140-2 (in process allowed but validated is preferred)?Processor and chipset support for AES Processor Accelerated Encryption?Processor and chipset support for PKI secure remote power up/down/reset ?Stable image hardware platform that is available for at least 12 months ?Virtualization Technology (VT-x and VT-d) for Directed I/OInitial BIOS SettingsThe Contractor shall set the Basic Input/Output System (BIOS) to Pre-boot Execution Environment (PXE) as the first boot option and set the hard drive controller to Advanced Host Controller Interface (AHCI) (no Redundant Array of Independent Disk (RAID) enabled).? The hardware shall come equipped with TPM 2.0. These items need to be enabled Secure Boot as well, Intel TXT enabled, select VT-x and VT-d. Platform Integrity (Remote Management)Desktop and Mobile Architecture for System Hardware (DASH) or equivalent to include either Intel's vPro or AMD's DASH 2.0 compliant. Shall include credential storage and key manage for Microsoft Windows. Authenticated code model based secure boot that verifies known and trusted BIOS is booting the platform. Hardware accelerated data encryption and decryption. TPM Version 2.0 Operating SystemWindows 10 Pro 64 (Hardware must support Bitlocker/FIPS encryption). Shall also meet Windows 10 Hardware Security Settings.RAM8 GB at the OEM recommended/compatible speed and form factor.Hard Drive256GB Solid State Drive (SSD)Display/GraphicsIntegrated High Definition (HD) graphics with minimum of 512 MB shared memory provided.Screen Size22"Resolution1920 x 1080 HDTouch ScreenYesSoundStereo outputKeyboardShall support SMART Card (PIV) wired Keyboard or Integrated FIPS-201 Approved Smart CardReader.MouseUSB or wireless optical mouse with scrollSpeakersIntegrated audio speakers shall be provided.Smart Card ReaderShall support SMART Card (PIV) wired Keyboard or Integrated FIPS-201 Compliant Smart Card work Interface1 Gbit RJ45 connector provided. Integrated NIC ports are acceptable. Shall support Wake on LANWirelessShall have an integrated wireless networking interface. Wireless interface shall support 802.11b/g/n/ac (2x2) Wi-Fi and a FIPS-140-2 encrypted communications. Required 5 GHz support. Shall be capable of roaming between access points without significant degradation of signal in secure mode.Ports4 USB ports with at least 2 USB 3.0DimensionsCase dimensions (without stand) not to exceed 16"(H) X 23"(W) X 3"(D). Unit depth with attached monitor stand shall not exceed 10 inches.DurabilityMedical Grade, water resistant. Minimum seal rating IP54. Device shall withstand low and intermediate disinfection using methods approved by CDC for noncritical items throughout the lifecycle of the unit (Guideline for Disinfection and Sterilization in Healthcare Facilities, CDC, 2008, Table 1)Usability EnvironmentUsers shall be able to interact with on screen commands while wearing latex or nitrile gloves and with bare handsEPEATEPEAT registered BronzeEnergy StarEPA Energy Star rated/registered.TAA CompliantYesSection 508 CompliantYesAsset TaggingTo be addressed separately in delivery order.Cerner ValidatedYesExtended Warranty3 year Advance Exchange warranty (if a workstation goes down, a replacement workstation is overnighted immediately upon notification).Brand Name or Equal: 1,172 Medix KW22 All-In-One Computer SystemsDO PRE-PRODUCTION TESTING The Contractor shall provide the exercised line items for DO Pre-Production Test units in accordance with the technical requirements identified herein for DO Pre-Production Testing. The Contractor shall set the Basic Input/Output System (BIOS) on the test units to Pre-boot Execution Environment (PXE) as the first boot option and set the hard drive controller to Advanced Host Controller Interface (AHCI) (no Redundant Array of Independent Disk (RAID) enabled).? The hardware shall come equipped with TPM 1.2 or greater. These items need to be enabled Secure Boot as well, Intel TXT enabled, select VT-x and VT-d. Pursuant to the Price Schedule, if this Option is exercised, in full or in part, the Contractor shall be compensated for the cost of each end user device provided for DO Pre-Production Testing. Within fifteen (15) business days after exercise of the pre-production test option, if exercised, the Contractor shall furnish all required items including docking stations and peripherals, in the quantities exercised, in the configuration described in the Option 1 DO Pre-Production Test Units table provided above, and in accordance with the technical requirements identified herein, with software and licenses to the VA’s Pre-Production Test Facility in Albany, NY for DO Pre-Production Testing. The software shall include all hardware drivers and shall be delivered either via disk or download from a website. Delivery of the hardware and software (or provision of the download address) shall be made to the VA Pre-Production Test Facility at 113 Holland Avenue, OIFO D417, ATTN: Kevin Overholt, Albany, NY 12208. The VA Pre-Production Test Facility will test each end user device to ensure that it functions correctly within the current VA Information Technology (IT) infrastructure; this includes, but is not limited to, regression testing which involves VA application software, paying special attention to the Federal Information Processing Standard 140-2 wireless and hard drive encryption product to ensure that the VA-specific hard drive image is functioning correctly. In order to pass DO Pre-Production Testing, each end user device must support Configuration Manager (CM)-deployed Operating System Deployment (OSD) (pre- OEM images). The Contractor shall deliver each end user device to include proactive driver management driver packs that are small and optimized for CM OSD specifically. Each end user device shall support multiple image file formats including Windows Imaging (wim), which is the main file format used by VA. VA, however, reserves the right to have the Contractor change these settings before any deliveries.The Government will complete DO Pre-Production Testing as soon as practicable, however, please be aware that regression testing requires a minimum of thirty (30) calendar days for completion. The Contractor shall assist VA as needed to address any questions and/or problems encountered during the DO Pre-Production Testing process.Upon successful completion of DO Pre-Production Testing, the Contracting Officer (CO) will notify the Contractor that the image has passed testing. The test units provided for DO Pre-Production Testing will not be returned to the Contractor. If the equipment provided fails to pass DO Pre-Production Testing, VA will return the failed equipment to the Contractor or designated manufacturer point of contact, solely at the Contractor’s cost, and the Contractor shall provide new end user device(s), as needed, to the designated VA Pre-Production Test Facility. Only upon written notice of successful completion of DO Pre-Production Testing shall the Contractor begin building the remaining hardware specified in any resulting DO. Please be advised that the Government is in no way obligated to purchase the remaining PCs, laptops, docking stations, adjustable monitors, incidental hardware, incidental software, associated warranties, or exercise any option for additional IT hardware commodities, as described herein, unless and until the corresponding test unit successfully completes the DO Pre-Production Testing. Accordingly, the Contractor assumes any and all risk and cost associated with building, acquiring, and/or otherwise providing any of the PCs, laptops, docking stations, adjustable monitors, incidental hardware, incidental software, and associated warranties described herein, prior to receiving written confirmation from the CO that the units have not only passed DO Pre-Production Testing but that the Contractor should prepare the requisite units for delivery. Upon notification of successful DO Pre-Production Testing from the CO, the Contractor shall deliver the remaining PCs, laptops, docking stations, adjustable monitors, incidental hardware, incidental software, and/or associated warranties, in accordance with the delivery requirements outlined in this PD. Pass and/or failure of the test units are within the Government’s sole discretion. If any of the equipment provided for DO Pre-Production Testing fails, for any reason, the CO will notify the Contractor accordingly. In the event equipment fails DO Pre-Production Testing, the Government hereby reserves the right to afford the Contractor an opportunity to provide replacement equipment for additional DO Pre-Production Testing, or in the alternative, the Government may cancel any remaining DO in its entirety, at no cost to the Government. Please be advised that if for any reason equipment provided for DO Pre-Production Testing needs to be returned and/or replaced, the Contractor bears all costs associated with said return and/or replacement. In the event, the Government elects to cancel the DO with no further obligation between the parties, the test units purchased by the Government and provided for DO Pre-Production Testing shall be retained by VA following completion of the test.Training and education – The Contractor shall provide training and education for end user and maintenance staff as needed for up to 2 days, at no additional cost.GRAY MARKET GOODSThe Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no “Gray Market Goods” or “Counterfeit Electronic Parts” shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturer’s (OEM’s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS?(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) STANDARDSThe 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: . 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: . 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: FORMCHECKBOX E205 Electronic Content – (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) FORMCHECKBOX E204 Functional Performance Criteria FORMCHECKBOX E206 Hardware Requirements FORMCHECKBOX E207 Software Requirements FORMCHECKBOX E208 Support Documentation and Services RequirementsCOMPATABILITY WITH ASSISTIVE TECHNOLOGYThe 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 TESTINGDeliverables 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 RMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTSThe Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13834, “Efficient Federal Operations”, dated May 17, 2018; Executive Order 13221, “Energy-Efficient Standby Power Devices,” dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR?, Federal Energy Management Program (FEMP) designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall:Provide/use ENERGY STAR products, as specified at products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at . The Contractor shall use the low standby power products specified at . Provide/use EPEAT registered products as specified at . At a minimum, the Contractor shall acquire EPEAT? Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists.(If the acquisition is NOT Lowest Price Technically Acceptable (LPTA) please insert the following language into paragraph 3 above (in black text): “The acquisition of Silver or Gold EPEAT registered products is encouraged over Bronze EPEAT registered products”.)The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk DrivesImaging Equipment (Printers, Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines)Televisions, Multimedia ProjectorsThis list is continually evolving, and as a result is not all-inclusive.SHIPMENT OF HARDWARE OR EQUIPMENTInspection: DestinationAcceptance: DestinationFree on Board (FOB): DestinationShip To and Mark For:PrimaryAlternateName:Name:Address:Address:Voice:Voice:Email:Email:SPECIAL SHIPPING INSTRUCTIONSPrior 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.? The 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> 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)GENERAL REQUIREMENTSVA TECHNICAL REFERENCE MODELThe 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.POSITION/TASK RISK DESIGNATION LEVEL(S)In accordance with VA Handbook 0710, Personnel Security and Suitability Program, the position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are:Position Sensitivity and Background Investigation Requirements by Service Task/Item NumberService Task/Item NumberTier1 / Low RiskTier 2 / Moderate RiskTier 4 / High Risk1.1 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular 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.Notes to the Contracting OfficerSCHEDULE FOR DELIVERABLESNote: Days used in the table below refer to calendar days unless otherwise stated. Deliverables with due dates falling on a weekend or holiday shall be submitted the following Government work day after the weekend or holiday.TaskDeliverable ID Deliverable Description1.1ABrand Name or Equal: 1,172 Medix KW22 All-In-One Computer SystemsDue: 30 Days after contract awardShip to Facility address in section 5.0 of the PD Inspection: destinationAcceptance: destinationPOINTS OF CONTACTVA Program Manager:Name:Cheryl ShawAddress:Voice:Email:Contracting Officer’s Representative:Name:Cardell BellAddress:Voice:Email:Contracting Officer:Name:Den-el OpuszynskiAddress:23 Christopher Way Eatontown, NJ 07724Voice:732-440-9682Email:den-el.opuszynski@Contract Specialist:Name:Lauren SankarAddress:23 Christopher Way Eatontown, NJ 07724Voice:732-440-9690Email:lauren.sankar@ADDITIONAL ITEMSSPECIAL INSTRUCTIONS/REMARKSResponse 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 RMATION SECURITY CONSIDERATIONS:The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download