Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
DOCUMENT

D -- Full Service Contract for Hewlett Packard (HP) Servers - Attachment

Notice Date
7/21/2014
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0726
 
Response Due
7/30/2014
 
Archive Date
8/29/2014
 
Point of Contact
Victoria Rone
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. This is a Total Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-14-Q-0726 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 541519 and size standard is $25.5M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding Firm Fixed Price base period of (12) months, plus two (2), twelve (12) month option year contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the VAMC Lexington. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced base and two (2) option year contract. The contractor shall provide labor, parts, travel, expertise, and otherwise do all things necessary for or incidental to the performance of a full service contract to provide maintenance, hardware, and software support services for Hewlett Packard Servers. Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Victoria.Rone3@va.gov no later than 8:00AM CST, July 24, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received July 30, 2014 by 8:00 AM CST. Email your quote to Victoria.Rone3@va.gov. The subject line must specify VA-249-14-Q-0726 - Full Service Contract- HP Servers-VAMC Lexington and quotes should be broken down as such: Base Year10-01-2014 - 09-30-2015$ Option Year 1: 10-01-2015 - 09-30-2016$ Option Year 2: 10-01-2016 - 09-30-2017$ Total For Base & Option Years$ Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 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 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses 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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.REQUIREMENTS: The Department of Veterans Affairs VA Medical Center located at 1101 Veterans Drive, Lexington, Kentucky 40502 utilizes the Hewlett Packard (HP) Servers. A server is a system software and suitable computer hardware. The Contractor shall provide maintenance, hardware, and software support services for the listed but not limited to the Hewlett Packard Servers within the Statement of Work. This support and maintenance shall consist of any and all manufacturer-released software and hardware updates, patches and versions for the existing installation. Additionally, the support and maintenance shall also include access to the manufacturer's approved support resources including help-desk and consultation services for the purposes of resolving problems, issues, and questions concerning the existing installation of software and hardware. 2.EQUIPMENT: Hewlett Packard Server EE# 57588Model# MSA60S/N USE9391R26 Hewlett Packard Server EE# 57586Model# DL380G5S/N 2UX9410151 Hewlett Packard Server EE# 57585Model# DL380G5S/N USE947N10D 3.HP HARDWARE MAINTENANCE: The Contractor shall provide but is not limited to the following services over the Period of Performance: "Hardware Problem Diagnosis "Onsite Support "Parts and Material provided "4 Hour Onsite Response "24 Hours Standard Office Days "24 Hours, Day 6 "24 Hours, Day 7 "Holidays Covered "Defective Media Retention "Comp Defective Retention "Remote Delivery SVC Advanced "Access to Advanced Technical Support 4.HP COLLABORATIVE REMOTE SUPPORT: The Contractor shall provide but is not limited to the following services over the Period of Performance: "Basic Software Phone Support "Collaborative Call Management "24 Hours, Day 1-7 Phone Support "Standard Response Time 5.HP SOFTWARE TECHNICAL SUPPORT: The Contractor shall provide but is not limited to the following services over the Period of Performance: "Software Technical Support "Unlimited Support "Software Electronic Support "24 Hours Standard Office Days "24 Hours Day 6 "24 Hours Day 7 "Holidays Covered "Standard Response "Access to Advanced Technical Support 6.HP SOFTWARE UPDATES SERVICE: The Contractor shall provide but is not limited to the following services over the Period of Performance: "Regular firmware, software, and drivers updates for maintaining server to include but not limited to: a.Regular HP Recommended SW Updates Method b.Regular HP Recommended Doc Updates Method "License to Use and Software/Hardware Updates 7.UNSCHEDULED MAINTENANCE: a.Contractor shall maintain the equipment in accordance with the Conformation Standards Section. Repair service shall be provided to diagnose and correct equipment malfunctions. Repair shall consist of returning a failed component or system to full operational capacity. Repair service may also include calibration, cleaning, adjusting, and replacing parts. All required parts will be furnished by the vender. Parts that contain sensitive information such as defective hard drives will not be returned to the contractor. The VA will secure for destruction per current VA guidance. b.The Contracting Officer (CO), Contracting Officer's Representative (COR), or Designated Using Service Representative (DUSR) has the authority to request a service call during contract hours. c.Response Time: Telephone response time for the contractor will be within 4 hour of the official notification. If on-site service is deemed necessary, the field service engineer shall be on-site within 24 hours after receipt of notification and will proceed progressively to completion without undue delay. d.Parts: All replacement parts furnished will be new or factory rebuilt and equal to or exceeding the manufacturer's authorized parts specifications. The contractor will furnish all parts required in the maintenance of the equipment listed in this specification, at no additional cost. The contractor shall not modify the system to facilitate replacement parts which are not identical to the part being replaced unless such modification was developed, approved and released by the equipment manufacturer. Replaced parts will be covered under the contract and remain the property of this medical center. Defective parts that contain sensitive information such as hard drives will not be returned to the contractor. The VA will secure for destruction per current VA guidance. e.Note: Contractor must show satisfactory evidence to the VA that efforts and manpower are progressing to troubleshoot failure and identify solution in a timely manner. If contractor fails to meet the on-site response time to begin performing work, or if downtime exceeds 72 consecutive hours after on-site arrival by the field service engineer, the VA reserves the right to obtain repair service from another source at the contractor's expense. The decision to exercise the alternative repair will reside exclusively with the Contracting Officer. 8.SCHEDULED MAINTENANCE: No Preventive Maintenance (PM) shall be provided during the contract period. 9.CONFORMANCE STANDARDS: The contractor shall ensure that the equipment functions in conformance with manufacturer specifications and the latest published editions of NFPA-99, and OSHA. This includes performance standards and specifications used when HP Servers were procured and any upgrades / updates thereafter. 10.CONDITION OF EQUIPMENT: The contractor shall accept responsibility for the equipment described within this Statement of Work "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 11.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: The contractor shall ensure that that only FULLY QUALIFIED PERSONNEL and TECHNICIANS who have gone through original equipment manufacturer (OEM, by an accredited training institution on the specific equipment listed within this Statement of Work or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Contracting Officer's Representative (COR, or Designated Using Service Representative (DUSR) for verification. The highest standard of professional capability and workmanship is to be maintained throughout the life of this contract. 12.DOCUMENTATION: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed. Procedures used for PM inspections shall be submitted with each report. In addition, each service representative must at a minimum document the following data legibly and in complete detail: "Name of Contractor "Name of service representative who performed the service "Date and time during which services were rendered "VA PO#(s) covering the call "Description of problem reported "Identification of equipment to be serviced "Itemized description of services performed (including costs of items to be billed) "Total cost to be billed "Signatures of service representative and of VA employee who witnessed service 13.SIGN IN PROCEDURES: All service representatives, during administrative hours, shall enter their signature on the sign-in sheet and receive a temporary ID badge in the Engineering Office, Room D232 second floor of the Clinical Addition. During non-administrative hours, the service representative will sign in with the police service located in room C101 (Main Lobby) upon arrival and departure. 14.REGULATIONS: All contractor/vendor personnel shall display a VAMC issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC. All work shall be performed in accordance with VAMC rules & regulations. 15.HOURS OF COVERAGE: Normal hours of coverage for the Hewlett Packard (HP) Servers are 7 days a week / 24 hours per day (includes all holidays) for support. 16.PERIOD OF PERFORMANCE: This will be a firm fixed priced base and two option year contract. Base Period: 10-01-2014 Thru09-30-2015 Option Year 110-01-2015Thru09-30-2016 Option Year 210-01-2016Thru09-30-2017 17.PLACE OF PERFORMACE: Department of Veterans Affairs VA Medical Center Lexington, 1101 Veterans Drive, Lexington, Kentucky 40502 18.SECURITY/PRIVACY OF VA SENSITIVE INFORMATION: All personnel servicing this equipment must comply with VA Handbook 6500.6 (Contract Security) as it pertains to medical equipment: a.Complete annual training for VA Security/Privacy and provide copy of certificate of course completion to either the COR or the CO. See VA Handbook 6500.6 b.Sign VA's Rules of Behavior. See VA Handbook 6500.6. c.All media (hard drives, DVD's, Floppies, etc.) that contains sensitive data must be turned over the COR or sanitized by Biomed per VA Handbook 6500.1 before leaving VA property. d.All Contractor owned media (USB drives, DVD's, CD's, Floppy disk) that is to be inserted into a VA owned medical device must be scanned for viruses by Biomedical Engineering prior to being placed in the medical device.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0726/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0726 VA249-14-Q-0726.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1512668&FileName=VA249-14-Q-0726-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1512668&FileName=VA249-14-Q-0726-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center Lexington;1101 Veterans Drive;Lexington, Kentucky
Zip Code: 40502
 
Record
SN03431719-W 20140723/140721234709-366c26698879315e1474c488e0f24488 (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.