Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
DOCUMENT

70 -- VA Freight Transportation System Maintenance - Attachment

Notice Date
12/6/2011
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11812Q0032
 
Response Due
12/12/2011
 
Archive Date
2/10/2012
 
Point of Contact
Peter Lewandowski
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) DEPARTMENT OF VETERANS AFFAIRS Veterans Health Administration (VHA) Veterans Affairs Medical Center (VAMC) Maintenance, Repairs, Upgrades for the VA Freight Transportation System Date: November 18, 2011 TAC-12-02799 PWS Version Number: 4.1 ? Contents 1.0BACKGROUND3 2.0APPLICABLE DOCUMENTS4 3.0SCOPE OF WORK6 4.0PERFORMANCE DETAILS6 4.1PERFORMANCE PERIOD6 4.2PLACE OF PERFORMANCE7 4.3TRAVEL7 5.0SPECIFIC TASKS AND DELIVERABLES7 5.1PROJECT MANAGEMENT7 5.1.1REPORTING REQUIREMENTS7 5.2VAFTP APPLICATION TECHNICAL SUPPORT8 5.2.1VAFTP APPLICATIONS UPGRADE and MAINTENANCE8 5.2.2MIGRATION of SERVER9 5.2.3TECHNICAL SUPPORT for VA FTP DATABASE APPLICATIONS REPORT9 6.0GENERAL REQUIREMENTS10 6.1ENTERPRISE AND IT FRAMEWORK10 6.2CONTRACTOR PERSONNEL SECURITY REQUIREMENTS10 6.3METHOD AND DISTRIBUTION OF DELIVERABLES12 6.4PERFORMANCE METRICS13 6.5FACILITY/RESOURCE PROVISIONS14 6.6GOVERNMENT FURNISHED PROPERTY15 6.6.1Rights in Government Furnished Data and Materials15 6.6.2Government Furnished Property and Facilities15 ? 1.0 BACKGROUND The Department of Veterans Affairs (VA) Freight Transportation Program (VAFTP) manages and reports on the delivery, timeliness, and costs to transport goods throughout the national VA infrastructure. The database applications (General Freight and Operation New Hope Application) for both the freight program and VA's Homeless Veterans Clothing Distribution Program require periodic upgrading, modifications, additional reporting capabilities, systems support, and repairs. The application resides on a server currently located within the VA Central Office (VACO) network Washington, DC operations facility and is also accessed from remote locations in Chicago, IL and Hillsborough, NJ. Access to these applications is for 14 hours daily. The VAFTP is functionally divided into two primary functions: (1) freight management and warehousing operations control, and (2) administrative support for network and client systems and database Maintenance. The VAFTP users are VA transportation and warehousing professionals responsible for the timely and cost-effective transport of goods throughout the VA infrastructure and to other government agencies. Business functions associated with the Program include, but are not limited to: "Shipping and delivering goods employing Transportation Service Providers (TSPs). "Tracking freight, booking ocean cargo, obtaining air transport, and negotiating/selecting "best value" carrier rates. "Preparation of warehouse inventories and bills of lading and ocean shipment manifests. "Routing and monitoring shipments. "Uploading and managing freight rates. "Preparation of shipping documents and performing freight bill audits. "Report generation, estimating freight charges. VAFTP Business Functions "The receipt and upload of customer transportation service requests and notification of shipment status to customers. "Submission of electronic shipping requests, generation of reports on shipment records, creation of freight estimates, access to mileage information, access to truckload, ocean and less-than-truckload freight rates. "Electronic submission of bills of lading to TSPs, customers, contractors, and electronic submission of rate quotation requests to TSPs. "Ability to search for and identify user's shipment requests, ensuring all shipment requests are sent to the central operations center and all bills of lading issued show the amount approved for payment during prepayment audit. "Tracking and maintaining warehouse receipts, inventories, and shipments, with emphasis on "odd-lot" controls due to differing original-pack units. "Preparation of ad-hoc reports in addition to standard reports for shipment manifests, current inventories, bills of lading, and rate quotation requests for distribution to selected users. "Monitoring, deactivating, and notifying selected users when modifying rate files based on business rules; performing archiving functions. "Maintenance of archived shipment records, bills of lading, inventory records, and rates for 6 years prior to purging electronic files. The application's present use is limited to VA's centralized transportation centers in Washington DC, Hillsborough, NJ, and Hines, IL, which covers transportation requests for the entire VA infrastructure and to other government agencies. VAFTP has been utilizing Lantica, Inc, Sesame software to provide database management capability to VAFTP Applications (General Freight and Operation New Hope Application). VAFTP will continue to utilize the latest Sesame Software to enhance and provide database management capability to VAFTP Applications. Lantica, Inc. Sesame Software is a Database Management System. Sesame Application features include centralized application design facilities, a consistent form-based interface, intuitive query-by-example searching, and HTML reports. Sesame Database Manager can be used by a wide-range of users or developers. Sesame Application is a simple application that is easy and fast for new database users. Sesame Database Manager also provides a variety of options for customizing and programming applications for more experienced users or developers. Sesame Database Manager is available in single or multi-user versions. Sesame Application is a cross-platform-capable, client-server database application development and management suite with built-in word processing and publishing capabilities that businesses, organizations, and even individuals can use to manage large amounts of data and create useful applications. 2.0 APPLICABLE DOCUMENTS Documents referenced or germane to this Performance Work Statement (PWS) are listed below. In the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 1.44 U.S.C. § 3541, "Federal Information Security Management Act (FISMA) of 2002" 2.FIPS Pub 201, "Personal Identity Verification of Federal Employees and Contractors," March 2006 3.10 U.S.C. § 2224, "Defense Information Assurance Program" 4.Software Engineering Institute, Software Acquisition Capability Maturity Modeling (SA CMM) Level 2 procedures and processes 5.5 U.S.C. § 552a, as amended, "The Privacy Act of 1974" 6.42 U.S.C. § 2000d "Title VI of the Civil Rights Act of 1964" 7.Department of Veterans Affairs (VA) Directive 0710, "Personnel Suitability and Security Program," September 10, 2004 8.VA Directive 6102, "Internet/Intranet Services," July 15, 2008 9.36 C.F.R. Part 1194 "Electronic and Information Technology Accessibility Standards," July 1, 2003 10.OMB Circular A-130, "Management of Federal Information Resources," November 28, 2000 11.32 C.F.R. Part 199, "Civilian Health and Medical Program of the Uniformed Services (CHAMPUS)" 12.An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008 13.Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 14.Homeland Security Presidential Directive (12) (HSPD-12) 15.VA Directive 6500, "Information Security Program," August 4, 2006 16.VA Handbook 6500, "Information Security Program," September 18, 2007 17.VA Handbook 6500.1, "Electronic Media Sanitization," November 3, 2008. 18.VA Handbook 6500.2, "Management of Security and Privacy Incidents," June 17, 2008. 19.VA Handbook 6500.3, "Certification and Accreditation of VA Information Systems," November 24, 2008. 20.VA Handbook, 6500.5, Incorporating Security and Privacy in System Development Lifecycle. 21.VA Handbook 6500.6, "Contract Security," March 12, 2010 22.Project Management Accountability System (PMAS) portal (reference PWS References -Technical Library at https://www.voa.va.gov/) 23.OI&T ProPath Process Methodology (reference PWS References -Technical Library and ProPath Library links at https://www.voa.va.gov/) NOTE: In the event of a conflict, OI&T ProPath takes precedence over other processes or methodologies. 24.Technical Reference Model (TRM) (reference at http://www.ea.oit.va.gov/Technology.asp) 25.National Institute Standards and Technology (NIST) Special Publications 26.VA Directive 6508, VA Privacy Impact Assessment, October 3, 2008 27.VA Directive 6300, Records and Information Management, February 26, 2009 28.VA Handbook, 6300.1, Records Management Procedures, March 24, 2010 3.0 SCOPE OF WORK The Contractor shall provide technical support and maintenance services for each VAFTP application. Application maintenance shall include all production fixes, functional enhancements, application upgrades and modifications to include installing the most recent Lantica, Inc, Sesame software versions. The Contractor shall furnish all personnel, equipment, tools, materials, transportation, management supervision, and other items and services necessary to perform VAFTP Applications maintenance tasks and functions. The Contractor shall perform to the standards identified in this PWS. Unless explicitly stated otherwise, the Contractor shall be responsible for all costs associated with and incurred as part of providing the services in this effort. 4.0 PERFORMANCE DETAILS 4.1PERFORMANCE PERIOD The period of performance shall be one twelve (12) month based period with four (4) twelve (12) month options) Contractor work hour shall not exceed twenty-five (25) hours per month. With the exception of Emergency Maintenance Calls, the Contractor must plan downtime, upgrades, and any other disruption to the VAFTP to occur during non-duty hours. If this is not possible, the Contractor shall provide written advance notice and obtain approval by the COTR before system shut down can occur. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that the VA follows: Under current definitions, four are set by date: New Year's DayJanuary 1 Independence DayJuly 4 Veterans DayNovember 11 Christmas DayDecember 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's BirthdayThird Monday in January Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Labor DayFirst Monday in September Columbus DaySecond Monday in October ThanksgivingFourth Thursday in November 4.2PLACE OF PERFORMANCE Tasks under this PWS shall be performed at both the Contractor's and Government's facilities. Contractor location shall be within the Washington DC local commuting area. The contractor shall also attend meetings and perform various tasks at VACO during the life of the contract. Local travel expenses of contractor personnel shall not be the responsibility of the Government. Government facility locations included: 1. Washington, DC: Office of Acquisition and Logistics, Transportation and Logistics Center, 810 Vermont Ave, NW Suites 763 4.3TRAVEL Travel will not be required under this effort 5.0 SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following: 5.1PROJECT MANAGEMENT The Contractor shall conduct a project kick-off meeting within 2 weeks of award to introduce the Government team to the Contractor's overall operating plans and approach to this work. The Kick-off Meeting shall be via teleconference. The Contractor shall deliver a Kick-Off Meeting Agenda and Kick-Off Meeting Minutes identifying all the discussion points, agreements and action items.. Deliverables: A.Kick-off Meeting Agenda B.Kick-off Meeting Minutes 5.1.1REPORTING REQUIREMENTS The Contractor shall provide the Contracting Officer's Technical Representative (COTR) with Monthly Progress Reports in electronic form in Microsoft Word and Project formats. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding Month. The Monthly Progress Reports shall cover all work completed during the reporting period. The report shall identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The Contractor shall report 100% accuracy for status of the task completion. The Contractor shall monitor performance to ensure compliance with planned functionality and report any deviations. It is expected that the Contractor will keep in communication with the VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Contractor shall provide a weekly update to the COTR to be communicated through email and / or telephone conferences, or face to face meetings. The weekly conference calls will take place between the Contractor and the Contracting Officer's Technical Representative (COTR) to review progress and resolve design issues. The contractor shall provide Monthly Progress / status reports to the COTR with a copy to the Contracting Officer. Reports shall be submitted via email. This report shall contain the following information: Contract number Contractor name Period covered by report Provide a summary description of activities and accomplishments during the reporting period. Description of problems and issues encountered during the report period. Provide a description of work to be accomplished during the following reporting period and the "value added". Provide the status of open problems or issues identified in previous report(s). Deliverables: A.Monthly Progress Report 5.2VAFTP APPLICATION TECHNICAL SUPPORT 5.2.1VAFTP APPLICATIONS UPGRADE and MAINTENANCE The contractor shall provide technical support and maintenance of each VAFTP application (General Freight and Operation New Hope). Application maintenance shall include all production fixes, functional enhancements, application upgrades and modifications to include the installation of the most recent Lantica, Incorporated Sesame software versions. All disruptions to on-going service shall be coordinated through the COTR and appropriate VA facility staff, with the concurrence of the COTR to ensure minimum interruption or impacts to on-going VA services/functions. The contractor shall assist VAFTP staff to develop a methodology for acceptance testing of completed work. The plan shall be used for test and acceptance of the system and include sufficient tests to demonstrate the functional capabilities of the services. VAFTP will work with the Contractor to test and document all the VAFTP Applications Modification performed by the Contractor. In the event that the Application Modification process inappropriately affected the functionality of other existing applications, the Contractor shall repair the affected function at no cost to the VA. The Contractor shall ensure and validate that the activities involving new upgrades or modification of VAFTP Applications will not affect normal business performance VAFTP System. The Government shall have unlimited rights as defined in FAR 52.227-14 to all processes, methodologies, source code, documentation and data delivered for General Freight and Operation New Hope Applications for the Sesame Data Management Software under this contract. 1.Contractor shall perform Technical support for the VAFTP Applications to VA's Centralized Transportation Centers (CTC) in Washington, DC; Hillsborough, NJ; and Hines, IL; Falling Water, WV 2.Contractor shall provide updates to VAFTP Applications training manuals with detailed step-by-step text and clear readable graphics screen shots. The Contractor shall also provide addendums to detail any source code to reflect changes made to basic programming in the current system. Deliverables: A.Updated Training Manual for General Freight & Operation New Hope Applications B.General Freight & Operation New Hope Applications: Process, Methodologies, Source Code 5.2.2MIGRATION of SERVER The Contractor shall assist VA with the migration of the VAFTP server to the VA Network Operations Center in Falling Waters, West Virginia by providing virtual support (Verbal or written instruction via telephone or email). The Contractor shall also provide virtual support to VAFTP staffs for the client workstation computers updated in support of the VAFTP server migration. The Contractor shall provide expert solution support to ensure data, production fixes, functional enhancements, application upgrades and modifications and most recent Lantica, Inc, Sesame software versions are correctly migrated with the existing VAFTP server to the VA Network Operations Center in Falling Waters, WV. 5.2.3TECHNICAL SUPPORT for VA FTP DATABASE APPLICATIONS REPORT 1.The Contractor shall provide the Government with the capability of creating ad hoc reports from the General Freight and Operation New Hope Application. 2.The Contractor shall design, build, and implement new and updated data merge documents, database reports for Sesame applications. 3.The Contractor shall configure Sesame Applications to provide automated means to inactivate expired tenders and rate quotes. 4.The contractor shall provide to the COTR a notice of any Lantica Inc., new software releases/updates that would be beneficial to the Government. 5.Contractor shall assist and/or load Sesame Application upgrades. 6.0 GENERAL REQUIREMENTS 6.1ENTERPRISE AND IT FRAMEWORK The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (One-VA TRM). One-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. One-VA TRM includes the Standards Profile and Product List that collectively serves as a VA technology roadmap. Architecture, Strategy, and Design (ASD) has overall responsibility for the One-VA TRM. 6.2CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The following security requirement must be addressed regarding Contractor supplied equipment: Contractor supplied equipment, PCs of all types, equipment with hard drives, etc. for contract services must meet all security requirements that apply to Government Furnished Equipment (GFE) and Government Owned Equipment (GOE). Security Requirements include: a) VA Approved Encryption Software must be installed on all laptops or mobile devices before placed into operation, b) Bluetooth equipped devices are prohibited within the VA; Bluetooth must be permanently disabled or removed from the device, c) VA approved anti-virus and firewall software, d) Equipment must meet all VA sanitization requirements and procedures before disposal. The COTR, CO, the Project Manager, and the Information Security Officer (ISO) must be notified and verify all security requirements have been adhered to. 1.Position Sensitivity and Background Investigation - The position sensitivity and the level of background investigation commensurate with the required level of access is: 1Low/NACI 0Moderate/MBI 0High/BI Position SensitivityBackground Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, ""Personnel Security Suitability Program," Appendix A) LowNational Agency Check with Written Inquiries (NACI) A NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), FBI name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions. ModerateMinimum Background Investigation (MBI) A MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree. High Background Investigation (BI) A BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree. Contractor Responsibilities: a.The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language.. b.The Contractor shall bear the expense of obtaining background investigations. c.For a Low Risk designation the following forms are required: 1.OF-306 and either 2. DVA Memorandum - Electronic Fingerprints or FD-258 Fingerprint card. For Moderate or High Risk the following forms are required: 1. VA Form 0710 and either 2. DVA Memorandum - Electronic Fingerprints or FD-258 Fingerprint card. These should be submitted to the CO or COTR after award has been made. d.The Contractor personnel will receive an email notification from the Electronics Questionnaire for Investigations Processes (e-QIP) identifying the website link that includes detailed instructions regarding completion of the investigation documents (SF85 or SF85P). The Contractor personnel shall submit all required information related to their background investigations utilizing the Office of Personnel Management's (OPM) Electronic Questionnaire for Investigations Processing (e-QIP). e.The Contractor is to sign the signature page and send to the COTR and CO for electronic submission to the Security and Investigations Center (SIC). f.The Contractor shall be responsible for the actions of all personnel provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident. g.If the background investigation is not completed prior to the start date of the contract, the Contractor employee may work on the contract once the investigation has been initiated and sent to the OPM. However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for the VA. The investigative history for Contractor personnel working under this contract must be maintained in the databases of either the OPM or the Defense Industrial Security Clearance Organization (DISCO). h.The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration in working under the contract. i.Failure to comply with the Contractor personnel investigative requirements may result in termination of the contract for default. 6.3METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007, MS Excel 2000/2003/2007, MS PowerPoint 2000/2003/2007, MS Project 2000/2003/2007, MS Access 2000/2003/2007, MS Visio 2000/2002/2003/2007, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). The COTR will inspect, accept or reject deliverables. The COTR will notify the contractor of any required changes. Unless otherwise stipulated, the contractor shall have five (5) business days or a mutually agreed period to make adjustments and re-submit a deliverable. 6.4 PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Performance Levels for Objectives associated with this effort. The contractor must have a demonstrable focus on maintenance quality. The contractor shall follow strict guidelines for quality control. These guidelines will ensure the stability and reliability of the data, technology, and processes that compose the VAFTP system. The contractor shall ensure that all components of the system comply with these guidelines. The contractor shall demonstrate quality control in terms of policy, processes and procedures. To the extent required, the contractor must provide a timely, systematic and accurate response to ad hoc requests. The contractor should strive to achieve industry level standard certifications in quality of all system components. VAFTP staff shall evaluate contractor performance and deliverables against the following criteria to determine final acceptance and completion of tasks. PERFORMANCE CRITERIA Performance ObjectivePerformance StandardAcceptable Performance LevelSurveillance Method 1. Help Desk/Support Personnel Provide dedicated help at commencement of cutover. Priority List of current issues shall be completed in time frames agreed upon by the Government and the contractor. Routine Helpdesk support, problem resolution, and bug fixes within 24 hours for issues critical to operation; within 72 hours for major user deficiencies; and within 120 hours for minor inconvenienceDeliverables are 100% on time and are not rejected on the initial submissionSurveillance and Review by COTR 2.User Guides, Training Manuals and other Documentation Documentation provided meets the stated requirements in the PWS and are accurate, complete and easy to use. Surveillance and Review by COTR and system administrators to ensure for ease of use and functions and operations are being properly documented and manuals are non-complex. 3.Adhoc Reporting FunctionsThe contractor shall design, and implement new and updated data merge documents, and database reports. Reporting functions shall be provided within 2 weeks of requests after agreement depending on the level of difficulty by the contractor and the VA. For more difficult assignments, 1 month is an acceptable deadline.Deliverables are 99% on time and are not rejected on the initial submissionSurveillance and Review by COTR and stakeholders The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the surveillance methods in the QASP at its own discretion.. 6.5FACILITY/RESOURCE PROVISIONS The Government shall not provide office space, telephone service and system access. All procedural guides, reference materials, and program documentation for the project and other Government applications will also be provided on an as-needed basis. The Contractor shall request other Government documentation deemed pertinent to the work accomplishment directly from the Government officials with whom the Contractor has contact. The Contractor shall consider the COTR as the final source for needed Government documentation when the Contractor fails to secure the documents by other means. The Contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work. The VA shall provide access to VA specific systems/network as required for execution of the task via a site-to-site VPN or other technology, including VA specific software such as Veterans Health Information System and Technology Architecture (VistA), ClearQuest, ProPath, Primavera, and Remedy, including appropriate seat management and user licenses. The Contractor shall utilize Government-provided software development and test accounts, document and requirements repositories, etc. as required for the development, storage, maintenance and delivery of products within the scope of this effort. The Contractor shall not transmit, store or otherwise maintain sensitive data or products in Contractor systems (or media) within the VA firewall IAW VA Handbook 6500.6 dated March 12, 2010. 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 PWS. For detailed Security and Privacy Requirements refer to ADDENDUM A and ADDENDUM B. 6.6GOVERNMENT FURNISHED PROPERTY 6.6.1Rights in Government Furnished Data and Materials VA shall retain all rights and privileges, including those of patent and copy, to all Government furnished data. The contractor shall neither retain nor reproduce for private or commercial use any data or other materials furnished under this contract. The contractor agrees not to assert any rights at common law or in equity or establish any claim to statutory copyright in such data. These rights are not exclusive and are in addition to any other rights and remedies to which the Government is otherwise entitled elsewhere in this contract. The Contracting Officer is the sole authorized official to release, verbally or in writing, any data, the draft deliverables, the final deliverables, press releases or any other written or printed materials pertaining to this contract. The contractor shall not release information without prior authorization. Any request for information relating to this contract, and presented to the contractor, will be submitted to the Contracting Officer at least thirty (30) days in advance of the desired release date. 6.6.2Government Furnished Property and Facilities If applicable, the Government will provide system access for off-site work in accordance with VA standards, local security regulations and rules of conduct. The Government will also provide the contractor procedural guides, standards, reference materials and program documentation for use to perform the requirements of this PWS. The Government will not provide workspace, desktop computers and telephones for the contractor personnel. The Government will provide all applicable VA documents and manuals needed by the contractor to perform the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f43421d558b1bb0ad7f9328e31ed3b5)
 
Document(s)
Attachment
 
File Name: VA118-12-Q-0032 VA118-12-Q-0032_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279282&FileName=VA118-12-Q-0032-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279282&FileName=VA118-12-Q-0032-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02634077-W 20111208/111206234215-7f43421d558b1bb0ad7f9328e31ed3b5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.