Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

70 -- SCL Intra software technical support (Brand Name or Equal) - Attachment

Notice Date
9/17/2015
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215Q1359
 
Response Due
9/21/2015
 
Archive Date
9/26/2015
 
Point of Contact
Omar Majette
 
E-Mail Address
6-2249<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items SCLogic SCL-Intra Barcoding System MAINT for the LONG BEACH VETERAN HEALTHCARE SYSTEM prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA262- and is issued as an (RFQ) Request For Quotation, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. Responses to this synopsis/ solicitation will be used by the Government to make appropriate acquisition decisions. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 (OTHER COMPUTER RELATED SERVICES) with a small business size standard of 25.5 million. This requirement is solicited as TOTAL SMALL BUSINESS SET- ASIDE and only qualified vendors are eligible for award. The VHA NCO 22 - Long Beach, CA requires the following items: CLIN ITEMUNIT QUANTITYUnit PriceTotal Price SCL Intra Software/Technical Support Period of Performance 10/02/2015 through 10/01/2016 0001 Software/Technical support for perpetual workstation licenses, 1 yearEa2 0002Support 1yr of maintenance for perpetual mobile license kits 1 yearEa5 Hardware Depot Express Hot Spare Service Period of Performance 10/02/2015 through 10/01/2016 0003CIH-HS-R1Y-PT1-Hot Spare for LS4278 Cordless Scanner (1 year)Ea5 0004CIH-HS-R1Y-PT1-Hot Spare for Desktop Barcode Printer (1 year)Ea3 0005CIH-HS-R1Y-MC5- Hot Spare for MC55XXEa5 0006CIH-HS-R1Y-SSC -Hot Spare for Single Slot CradleEa3 0007CIH-HS-R1Y-4SC-Hot Spare for 4 Slot CradleEa2 TOTAL Proposed Cost Quotes in response to this notice shall be e-mailed, mailed or faxed to the attention of Omar Majette, Department of Veterans Affairs, VISN 22 Network Contracting Activity, 4811 Airport Plaza, Long Beach, CA 90815. Fax number is (562) 766-2356. E-mail address: omar.majette@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 3:00pm PST, on 21 September, 2015. STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: SCLogic SCL-Intra Barcoding System BRAND NAME OR EQUAL 2. Scope of Work: The contractor shall furnish all necessary tools, equipment, and personnel to provide software and technical support for perpetual workstation licenses, and mobile license kits for the SCL Intra components that are currently installed at the Long Beach Veteran Medical Center. The contractor shall provide service for the applicable workstation bar code scanners, printers, and mobile computing devices listed in the Item description list. The purpose for the software and technical support is designed to enable a bar-coding system that tracks arrival/ delivery of supplies and mail at VALB. The maintenance period includes software support and updates, and hardware hot spares listed in the Product code/ description listed below: CLIN ITEM SCL Intra Software/Technical Support Period of Performance 10/02/2015 through 10/01/2016 0001 Software/Technical support for perpetual workstation licenses, 1 year 0003Support of maintenance for perpetual mobile license kits for 1 year Hardware Depot Express Hot Spare Service Period of Performance 10/02/2015 through 10/01/2016 Period of Performance 10/02/2015 through 10/01/2016 0004Hot Spare for LS4278 Cordless Scanner (1 year) 0005Hot Spare for Desktop Barcode Printer (1 year) CIH-HS-R1Y-PT1 0006CIH-HS-R1Y-MC5 Hot Spare for MC55XX 0007CIH-HS-R1Y-SSC Hot Spare for Single Slot Cradle 0008CIH-HS-R1Y-4SC Hot Spare for Four Slot Cradle 3. Background: The barcode scanners download delivery data into VALB PCs loaded with the software database. This avoids transfer errors and allows staff to formulate reports and track the mail traffic at VALB. SCL-Intra is a proprietary system of hardware and software. The hardware includes hand-held barcode scanners, label printers, mobile computers, etc. The application is used by Materiel Management staff members. The vendor does not have remote access or access to patient data. 4. Performance Period: The period of performance is Oct 2, 2015 thru Oct 1, 2016. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Place of Performance: The support is provided to VA Long Beach Medical Center via phone or email. All hot spare replacement equipment shall be mailed to the Long Beach Veteran Medical Center warehouse. 6. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. 7. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the Contracting Any personnel the contractor offers as substitutes shall have the ability and qualifications equal the key personnel being replaced. Requests to substitute personnel shall be approved by the CO. All requests for approval of substitutions in personnel shall be submitted to the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. 8. SECTION 508 The contractor shall comply with Section 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. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 9. Information Security "The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor's firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. "The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 "SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES" sited in section C. Contract Clauses (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov 10. Contract Personnel Security 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 Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, and Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. 14. Additional Information This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. SALIENT Characteristics Server & OS Platforms Server Operating Systems Windows Server 2008, and Windows Server 2012 Database Platforms SQL Server 2008/R2, SQL Server 2012, and SQL Server 2014 Database server provisioning Client-supplied or SCLogic cloud hosted (SQL Server 2012) Application Server Requirements Intel Pentium i5 Dual-Core 2.7 Ghz or better. 4GB RAM and up to 1 GB HDD space required for the application Installation. SQL Server Requirements Intel Pentium i5 Quad-Core 2.4 Ghz or better. 8 GB RAM and 30 GB HDD space for the DB and Log file (with > 800 iops available). Min 1 Gb local network connection. RAM and HDD requirements may need to be scaled up for heavy transaction scenarios. Server Components Intra Server Manages communications to the database from the smart client (development language: C#) Microsoft Internet Information Services (IIS) Used for hosting web pages. Web Server: IIS 7.0 or higher. Application Components Workstation Clients Intra Smart Client Primary PC smart-client component. Provides users with a.NET application installed on their system or deployed through Microsoft's ClickOnce. This application enables users to move quickly through receive, sort, and update operations. o Operating Systems o Development Language Windows 7 and higher C# Intra Browser Client For browser workstation receive and sort. o Operating Systems o Development Language Any (IE 10 or higher, Firefox, Safari, Chrome) HTML5, JavaScript Recommended Workstation Hardware Windows 7 or higher, MS Internet Explorer 9.0+ Pentium Core 2 Duo 1.8 GHz (or equivalent) 2G RAM Management Consoles Intra Management Console (Web) Controls application configuration, user accounts, recipient tables, workflow definition o Operating Systems o Development Language Any (IE 10 or higher, Firefox, Safari, Chrome) HTML5, JavaScript Intra Management Console (.Net) For advanced users to configure custom screen layouts, label design, field relationships, and many other settings. o Development Language C# Web App Client Services Portal & Analytics Primary web component housing comprehensive analytics and KPIs, searching, reporting, alerts and shipping requests, along with many other functions. o Operating Systems o Development Language Any (IE 10 or higher, Firefox, Safari, Chrome) HTML5, JavaScript
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q1359/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-1359 VA262-15-Q-1359.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323271&FileName=VA262-15-Q-1359-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323271&FileName=VA262-15-Q-1359-000.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: Long Beach Veteran Healthcare System;5901 East 7th Street;Long Beach
Zip Code: 90822
 
Record
SN03891556-W 20150919/150918000028-a189775270f8a60d980ad25b995eac31 (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.