PART A- SCOPE OF WORK - Veterans Affairs

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010JAVAHCS AMAG Service and Support79106VA257-17-Q-060904-11-201790N1456162100504Department of Veterans AffairsContracting Section7201 I-40 West Suite 100Amarillo TX 79106Ronalda OhioAmarillo VA Health Care System6010 Amarillo Blvd WAmarillo, TX79106USAronalda.ohio@The Amarillo VA Health Care System (AVAHCS) is seeking Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12.NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. THE VENDOR MUST BE REGISTERED AS A SMALL BUSINESS UNDER NAICS CODE 561621 TO BE CONSIDERED FOR AWARD.The North American Industry Classification System (NAICS) is 561621. Any SDVOSB or VOSB firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than NOON PM Central Time, April11, 2017. Notification shall be e-mailed to Ronalda Ohio, at ronalda.ohio@.DISCLAIMERThis Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice.PART A- SCOPE OF WORKA.1. INTRODUCTION:AMAG Full Service and Support Contract.The Physical Access Control System, (PACS) is an AMAG Technology, Homeland Security Edition (HSE), Security Management System (SMS) version 8.1, utilizing model 2100 and 2150 style controllers, structured so as to provide continuous control and monitoring of (189) doors and (80) video security cameras in multiple locations throughout the Amarillo VA HealthCare System, (AVAHCS). The SMS database is running on a Dell R520 server, and the Network Video Servers, (NVR), are running on (1) Dell R520, (15 TB raid 5 storage) and a HPE Proliant DL360 Gen9, (5TB raid 5 storage),for the second NVR. The AVAHCS consists of the Thomas E Creek VA Medical Center in Amarillo Texas, an Outpatient Clinics in Lubbock Texas, (3) Community Based Outpatient Clinics, (CBOC), (1) in Dalhart Texas, (1) in Clovis New Mexico, and (1) in Childress Texas. The AVAHCS also has (2) Vet Centers, located in Amarillo and Lubbock and the NCO 18 Contracting Office in Amarillo .The PACS, is/will be, interconnected providing two-way communications via VLAN to the Security Management System Database, (SMS) and Networked Video Recorder servers, (NVR), located at the Thomas E Creek facility in Amarillo Texas. 100% daily operability is required to maintain the continuity of the PACS System. A Contract is needed to install, upgrade, repair and maintain all aspects of the current PACS System (AMAG), including Original Equipment Manufacture technical and software support agreement, (SSA) Servers Operating systems and Microsoft SQL. This is a High Priority System and a service contract is needed.PART B – WORK REQUIREMENTSB.1. TECHNICAL REQUIREMENTS:Perform a system inspection and operability check to insure 100% system operability and stability. Replace the SMS Database server and (2) NVR servers with new Servers running Microsoft Server 2012 operating system, Sequel Server 2012 and AMAG Homeland Security Edition, Enterprise, SMS database and video software. Server and NVR must meet and surpass AMAG technical specification and recommendations. Maintain the SMS Database and NVRs at the newest versions of Homeland Security Edition software and options. Provide and maintain access to AMAG’s technical support via an annual Site Support Agreement, (SSA), and provide support documentation, and maintenance on existing door hardware, control panels, cabinets, video cameras, and servers, (hardware and software). On a yearly basis, add new doors and cameras to the system, as requested by the VA. The installation will come from new equipment set aside funds and be installed as per VA provided installation requirements.B.2. PERFORMANCE MONITORINGThe COR will maintain a record for Service Calls and daily reports during camera and door installations.The COR and or Approved VA alternate will visually inspect work site of door and camera installations for cleanliness and that the ICRA and ILSM are posted and followed.The COR will monitor and report to the CO, quarterly or more frequently, if problems become trending, on contract completion percentage in relation to stated delivery dates. Contractor keeps AVAHCS up to date monthly on available fund usage for additional equipment.B.3. SECURITY REQUIREMENTSThe Contractor will be required to check in with the Police Service and the COR or Designated VA Alternate, to get a Contractors Visitor Badge when onsite There will be access to VA Sensitive Information in the form of Staff Personal Identifiable Information, PII with this contract.The Thomas E Creek VA Medical Center Police Service will determine the status of each Contractor or Affiliate’s background investigation status for the issuance of a Non-PIV or PIV-Flash card.If the Contractor needs access to any Sensitive Areas, the Contractor will be escorted by a Full Time VA Authorized Employee.PART C – OTHER PERTINENT INFORMATIONC.1. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)There will be no GFE provided.C.2. RISK CONTROLIn areas where Patients will be present, approved ICRA and ILSM shall be upheld. ................
................

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

Google Online Preview   Download