DOCUMENT
58 -- Message Gateway System - Attachment
- Notice Date
- 7/5/2016
- Notice Type
- Attachment
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- 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
- VA26216N1022
- Response Due
- 7/13/2016
- Archive Date
- 9/11/2016
- Point of Contact
- WON CHAE
- Small Business Set-Aside
- N/A
- Description
- THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH FAR 15.201(e). PRICING SHALL ONLY BE USED FOR PLANNING PURPOSES AND SHALL NOT BE USED AS AN EVALUATION AGAINST ANY POTENTIAL OFFEROR SHOULD A SOLICITATION ARISE FROM THIS RFI. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification, hubzone, 8(a), small, small disadvantage, veteran owned small business or service disabled veteran owned small business) relative to NAICS 334210 (size standard of 1,250 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources for a potential vendor to provide the following products: Prism-IPX Message Gateway Options Prism-IPX Controller Options VoIP SIP Line Options SIP License Per Active Line (24 Ea) Voice Messaging Options-SIP System Prompts Only Text Messaging Options Network Text Messaging Options Prism IP Series PriEnc3 Encoding Software-Supports Install/Test Software in Lab The information identified above is intended to be descriptive, not restrictive and to indicate the quality of products that will be satisfactory. It is suggested that if any vendor can provide an alternative source comparable to the items listed, please submit and identify your brand name or equal items. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfill the required specifications. Statement of Work 1. Introduction The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the successful offeror in relation to the VA Loma Linda Healthcare System (VALLHS) Prism Paging Terminal Replacement project. 1.1 Background The VALLHS at 11201 Benton St, Loma Linda, Ca 92357 is part of the Desert Pacific Healthcare Network (VISN 22), and is one of the most diversified tertiary health care providers in the VA. It is a teaching hospital, providing a full range of patient services, with state-of-the art technology as well as education and research. This project will upgrade the existing PRISM paging terminal to the latest technology and updated hardware. 2. Scope The current PRISM does not have the current technology required to complete the transition of the telephone service at LLVAHS and must be upgraded to connect to the new CISCO telephone network. This upgrade will include the addition of SIP service that will enable this new connection to the CISCO network. In addition, the upgrade will provide newer up to date hardware. 3. Tasks. 3.1 General Requirements "All written deliverables must be phrased in terms and language that can be easily understood by non-technical personnel, i.e. a person without subject matter expertise. "All document deliverables, hard copy and electronic, must be in formats as specified-at a minimum, the formats must be in industry accepted standards. "A kickoff meeting will be held at a location and time selected by the VALLHS where the vendor and its staff will be introduced. "The vendor and/or its staff must have knowledge and expertise of the environment for which the work is to be performed and expertise in connecting PRISM systems for redundancy. "The vendor shall provide total system integration to the Loma Linda University PRISM system and configure database synchronization 3.2Mandatory Tasks "Provide all hardware and software required to deliver a new functioning PRISM paging System with the following options: oPRISM IPX Series synchronization for redundancy. oVoIP SIP license for 24 lines. oSIP System Prompts o8 ports of serial TAP. oInbound and outbound SMTP oInbound and outbound SNPP oOutbound WCTP "Provide all hardware to rack mount system into an existing VA provided Rack. "Provide onsite installation and configuration. "Provide onsite system management and configuration training. 3.2.1Implementation "The vendor shall perform all installation and configuration required to successfully send pages to SPOK paging network, LLU paging terminal and database synchronization with Loma Linda University PRISM. 3.2.3 Hours of Operation "Normal tour-of-duty hours at the VALLHS are 7:30 am to 5:00 pm, Monday through Friday, excluding Federal holidays. There may be instances in which the vendor's workday may be outside of this period. The vendor is required to coordinate these times with the designated Program Manager. " In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as "Legal Federal official holidays" New Year's DayJanuary 1st Martin Luther King's BirthdayThird Monday in January President's DayLast Monday in January Memorial DayLast Monday in January Independence DayJuly 4th Labor DayFirst Monday in September Columbus DaySecond Monday in October Veteran's DayNovember 11th Thanksgiving DayFourth Thursday in November Christmas DayDecember 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. 3.2.4Acceptance/Period of Performance "Upon completion of installation and training, the VALLHS shall monitor and verify the equipment and installation during operations as outlined by the manufacturer for a total of two (2), contiguous, consecutive, uninterrupted business weeks. This period of 2 weeks shall be the acceptance phase of the installation. The vendor is required to supply the VALLHS with an acceptance form to be signed off at the end of the acceptance phase to indicate possession of the installation and equipment and to inform the Contracting Office to proceed with payment(s) as outlined in the Purchase Order. "Any problems with the system must be isolated and repaired by the vendor during the acceptance period. The vendor will troubleshoot the hardware, software, and communications/ancillary equipment to determine the best method of repair. The vendor shall provide brief descriptive resolution of all maintenance. Please note that any problems with the system during the acceptance phase will result in a reset of the acceptance phase, resulting in a new 1-week acceptance phase as outlined above. 4.Travel "All travel shall be responsibility of the vendor. "Whenever possible, conference calls and video conferencing should be used. 5.Security 7.1 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 7.2 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, 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. 8. Completion Date The vendor shall have all services rendered and equipment received no later than 91 working days from the date of Contract Award and receipt of Contract Award. If you are interested, and are capable of providing the sought out products please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small; (2) If small, does your company qualify as a small, emerging business, or small disadvantaged business; (3) If disadvantaged, specify under which disadvantaged group and if your company is certified under Section 8(a) of the Small Business Act; (4) Is your firm a certified "Hubzone" firm; (5) Is your company a woman-owned or operated business; (6) Is your company a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business; (7) If your company has FSS GSA contract, please provide the contract number and (8) your capabilities in regards to the items being researched. Responses to this notice shall be submitted via FBO. Telephone responses shall not be accepted. Responses must be received no later than Wednesday 1:00 p.m. PST on July 13, 2016. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216N1022/listing.html)
- Document(s)
- Attachment
- File Name: VA262-16-N-1022 VA262-16-N-1022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2851634&FileName=VA262-16-N-1022-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2851634&FileName=VA262-16-N-1022-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-N-1022 VA262-16-N-1022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2851634&FileName=VA262-16-N-1022-000.docx)
- Place of Performance
- Address: VAMC LOMA LINDA;11201 BENTON STREET;LOMA LINDA
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN04171314-W 20160707/160705234549-f5dfd96800af34bdde88a2f5c688c618 (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 |