Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
DOCUMENT

74 -- LV30 - Computer Kiosks - Attachment

Notice Date
8/23/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117N0502
 
Archive Date
10/22/2017
 
Point of Contact
Bernadette Bodzenta
 
Small Business Set-Aside
N/A
 
Description
General Conditions and Statement of Work LV30 Vendor Check in Kiosk and Public Access Computers Page 1 of 3 VA Eastern Colorado Health Care System Initial Outfitting & Transition General Conditions and Statement of Work LV30 Public & Vendor Access Computer Kiosks. Version 2 7/10/2017 Table of Contents 1. Introduction 3 2. Technical Requirements 3 2.1 General Technical Requirements 3 2.2 JSN: M1801.H Public Access Computer QTY (2) 3 2.3 JSN: U1999 Vendor Access Computer Kiosk- QTY (2) 4 2.4 JSN: M1830 Label Printer- QTY (2) 5 2.5 JSN: U1999.A Public Access Computer, MAC - QTY (2) 5 2.6 JSN: U1999.B Tablet, Wireless, Public Access - QTY (4) 6 2.7 JSN: U1999.C Printer, Wireless, Public Access - QTY (1) 6 2.8 Management Software support 7 3 Installation Requirements 7 3.1 Professional Service 7 4 Assembly and Installation 10 4.1 Requirements 10 5 General Conditions 10 5.1 Delivery 10 6 Use of Premises 11 6.1 Use of VA Premises Guidelines 11 6.2 Protection of Property 12 7 Operations & Maintenance 12 7.1 O&M and Sustainment Requirements 12 Introduction Veteran Affairs Rocky Mountains Regional Medical Center, Denver, CO., wishes to purchase equipment and professional services for Public and Vendor Access Computers procurement package LV30 for the deployment at the new Denver VA Replacement Hospital, at 1700 N. Wheeling St, Aurora, CO VA. Procurement package LV30 shall be installed, configured and professional services provided by an authorized manufacturer vendor for materials, software, equipment, services, training, and supplies. Vendor response to the RFP shall include all services required for installation, professional services, hardware, software, travel and optional yearly end user support up to 4 years. Technical Requirements General Technical Requirements All equipment and software proposed shall meet VA Directive 6551, VA Directive 6550, and VA 6500 Handbook requirements. The Vendor shall meet VA Enterprise Design Patterns: Interoperability and Data Sharing Data Storage Version 1.0 Dated June 2016. Network electronics will be Government Furnished Equipment (GFE) for procurement package LV30. JSN: M1801.H Public Access Computer QTY (2) GENERAL CHARACTERISTICS/REQUIREMENTS Free standing workstation with 24 flat screen monitor with integrated speaker, small Form Factor SFF computer, hospital grade mouse and keyboard. RAM: 4GB minimum CPU: I5 or greater Disk: 250GB Minimum, 7200 RPM or greater JSN M1801.H operating system shall be Windows 10 Professional 64-bit or higher to include latest Microsoft Office Home version Public access computer software shall provide browser lockdown and URL filtering Must be compatible with Environmental Control Units to include Google Home, Amazon Echo, and other various equipment (full list provided to vendor). Tamper proof security that prohibits (24-hour support) access to OS, network, unauthorized content Session management (24-hour support) to reset defaults and secure all user session data Customizable, easy-to-use, full-screen browser interface User-adjustable onscreen controls for volume and zoom Built-in attract loop features (screen savers) Support for multiple languages w/ user-adjustable onscreen control Power 110 Volts Security cabling for both monitor and PC. Must include wired and wireless capability for public network use. Wireless network access capabilities shall include: 802.11a/b/g/n/ac and Bluetooth 4.2 JSN: U1999 Vendor Access Computer Kiosk- QTY (2) GENERAL CHARACTERISTICS/REQUIREMENTS Wall mounted PC and Monitor (17 -21 ), small Form Factor SFF computer, hospital grade mouse, and keyboard. RAM: 4GB minimum CPU: I5 or greater Disk: 250GB Minimum, 7200 RPM or greater JSN: U1999 operating system shall be Windows 10 Professional 64-bit Vendor management software shall provide browser lockdown and URL filtering Tamper proof security that prohibits access to OS, network, unauthorized content Session management to reset defaults and secure all user session data Customizable, easy-to-use, full-screen browser interface User-adjustable onscreen controls for volume and zoom Built-in attract loop features (screen savers) Device support for a full range of kiosk peripherals including touchscreens, printers, speakers, card readers, smart card readers, barcode scanners, proximity sensors and mats, dual monitors, biometric readers Support for multiple languages w/ user-adjustable onscreen control Power 110 Volts Security cabling for both monitor and PC. Must provide wired and wireless capabilities for public access network. Vendor Check-In kiosks shall provide secure, controlled, self-service access to online vendor credentialing validation services. Remote monitoring capability with regular check-in, daily detailed status/activity logs. JSN: M1830 Label Printer- QTY (2) GENERAL CHARACTERISTICS/REQUIREMENTS Print Resolution: 300dp minimum. Maximum Print Width: 4. Zebra 430t or similar. Connectivity: USB v11, Serial, Parallel (Standard) User Interface: LCD user interface. Media Handling Operations: Dispenser- label peel and present with label present sensor. Sensors: Fixed trans-missive and reflective sensors. Multi-position trans-missive and fill width reflective sensor. JSN: U1999.A Public Access Computer, MAC - QTY (2) GENERAL CHARACTERISTICS/REQUIREMENTS Free standing workstation with 24 flat screen monitor with integrated speaker, small Form Factor SFF computer, hospital grade mouse, and keyboard. RAM: 4GB minimum CPU: I5 or greater Disk: 250GB minimum, 7200 RPM or greater JSN: U1999.A operating system shall be Apple OS X 10.12 Sierra to include latest Microsoft Office Home version Vendor management software shall provide browser lockdown and URL filtering, Browser lockdown, and URL filtering Tamper proof security that prohibits access to OS, network, unauthorized content Session management to reset defaults and secure all user session data Customizable, easy-to-use, full-screen browser interface User-adjustable onscreen controls for volume and zoom Built-in attract loop features (screen savers) Device support for a full range of ECU peripherals including printers (full list provided to vendor). Support for multiple languages w/ user-adjustable onscreen control Power 110 Volts Security cabling for both monitor and PC. Wired and wireless capability for public network use. Wireless network access capabilities shall include: 802.11a/b/g/n/ac and Bluetooth 4.2. JSN: U1999.B Tablet, Wireless, Public Access - QTY (4) GENERAL CHARACTERISTICS/REQUIREMENTS 12.9 multi-touch display, 32.8 cm diagonal size, to include Bluetooth keyboard with docking station and armored carrying case with carrying strap. I-pad is the basis of design. RAM: 4GB minimum CPU: Apple A10X Fusion JSN: U1999.B Apple IOS 10 Vendor management software shall provide browser lockdown, and URL filtering, Tamper proof security that prohibits access to OS, network, unauthorized content Customizable, easy-to-use, full-screen browser interface User-adjustable onscreen controls for volume and zoom Built-in attract loop features (screen savers) Device support for a full range of ECU peripherals including printers (full list provided to vendor). Support for multiple languages w/ user-adjustable onscreen control Power AC 110 Volts and or USB. Security cabling for both monitor and PC. Wireless network access capability: 802.11a/b/g/n/ac, Bluetooth 4.2, JSN: U1999.C Printer, Wireless, Public Access - QTY (1) GENERAL CHARACTERISTICS/REQUIREMENTS Multifunction wireless printer capable of scan to e-mail, scan to OCR, scan to file, scan to image over a public access network for use with Vendor Access Computer Kiosk. Standard Memory: 128 MB minimum Air Print Capability RAM:128 MB Security Protocols & Features: WEP, WPA-PSK, WPA2-PSK, AES, ARP Operating System Support: MS Windows XP, MS Windows Server 2003, MS Windows Vista, MS Windows XP 64-bit Edition, MS Windows Server 2003 x64 Edition, MS Windows Server 2008, MS Windows Server 2008 R2, MS Windows Server 2012, Windows 8, Windows 8.1, MS Windows Server 2012 R2, IOS10 Power: AC 120 Volts Security cabling for Printer. Management Software support Contractor shall provide on-call support M-F 7am-9pm and next-day on-site support. Customer IT Helpdesk support for guest users of devices in section 2.1 through 2.6. Support include: basic OIT problem solve such as: can t archive, can t download, how to delete file, PC is not responding, etc. Support includes restriction of software and website that is VA approved only. The management system shall remove temporary profile from hard-drive upon user log out. Monitor all access usage 24/7 to ensure end user does not violate any VA network rules. Installation Requirements Professional Service Project Management The Contractor shall draft a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline, and tools to be used in the execution of the contract. The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support. The CPMP shall include the contractor s plans for managing all subcontractors. Topic included in the CPMP shall include oversight and communications with subcontractors while onsite at VA facility, as well as executing the timely distribution and delivery of all materials to subcontractor personnel. The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified. The initial baseline CPMP shall be concurred upon and updated monthly thereafter. The Contractor shall update and maintain the VA Contracting Officer s Representative (COR) approved CPMP throughout the period of performance. The CPMP will include, but not be limited to: Contractor shall draft a detail installation schedule Contractor shall install Vendor Access Computer Kiosk in the new Denver VA at the area designated. Verification and Validation Requirement (Testing) The Contractor shall provide a final test plan that includes updating and addressing any comments provided by the VA to the draft test plan. Disputes shall be resolved by the Contracting Officer. The Contractor shall conduct a joint inspection with the onsite POC upon completion of delivery. In the event deficiencies are identified, the Contractor shall provide a date when the identified deficiencies will be addressed, if not addressed on the date of delivery. The Contractor shall conduct a joint inspection with the onsite POC after addressing all deficiencies. All deficiencies identified during joint inspections shall be corrected by the Contractor before the Government's acceptance of the item. Training The contractor shall provide system administrator on-site training for 4 system administrators. Project Estimate Time Line Template Phase I: Project Kickoff. Estimated Start Date: As soon as contract Award. Kickoff meeting Workflow design Phase II: Estimated Start Date: As soon as Phase I is complete. Phase III: Hardware installation and testing. Estimated Start Date: September 1, 2017. Phase IV: Verification and Validation: Estimated Start Date, as soon as Phase III is complete. Project phase requirements Provide a single point of contact for the implementation of this project. On-site attendance for one business day for Project kick-off meeting with the Client and our engineering staff. Develop a project plan in accordance with site Master Schedule so not to affect any other deployments and/or the opening of the VA ECHCS replacement hospital. Confirm and communicate the hardware delivery and implementation schedule. Manage implementation and associated risk. Vendor senior supervision shall be on-site during equipment/software installation phase. Schedule startup of all new equipment. The project manager will communicate any issues and notify the appropriate resources for resolution. The contractor shall provide an implementation plan and schedule an implementation meeting within two weeks from order shipment. The contractor shall identify specific deployment tasks and milestones in the implementation plan. The Contractor shall provide and maintain an accurate, detailed inventory lists of the Contractor installed equipment and software including serial numbers, version release, and licenses. Description and Work Vendor shall receive and place equipment in the designated areas at Denver VA replacement hospital. The Vendor shall unpack and install all equipment in the designated area and dispose of all trash. Disposing of the garbage is the responsibility of the Vendor. There are not adequate facilities on-site for the disposal of trash. Based on approved deployment work schedule, the vendor shall provide all labor necessary to install, implement and configure the requirements of LV30. All kiosks shall be uniquely identified and labeled with the Kiosk name visible on the outside of the Kiosk. The kiosk will be named and configured by the vendor. Kiosk name will be provided by the VA prior to installation. All Kiosk shall be installed at the location defined by the government. Vendor shall mount the vendor access computer kiosk securely in the designated location with vandal resistant hardware. Vendor shall take appropriate actions to ensure that no power or data cables are exposed. The kiosk will be named and configured by the vendor. Kiosk name will be provided by the VA prior to installation. Vendor shall upgrade all kiosks and equipment to the latest firmware code or BIOS code prior to installing and configuration of the equipment. Vendor shall install all wall mount monitors with approved materials and backing support if required. Deliverables The vendor shall provide an Excel spread sheet with the serial number and location of each piece of equipment installed. Kiosk name and MAC addresses for all equipment that attaches to the network shall also be identified. Assembly and Installation Requirements The Contractor is required to manage and coordinate the installation timeline at the Denver Replacement Facility with VA ECHCS, meeting the requirements outline during the Phase 1 kickoff meeting with the LV30 point of contract. General Conditions Delivery The acquisition is part of the initial outfitting and activation of the new Denver VA Medical Center being constructed in Aurora, CO. Delivery will be coordinated with the successful contractor after award of the contract. The Awardee Contractor shall contact the Technical On-Site Point of Contact (POC) for this RFP to schedule a pre-delivery meeting to be conducted approximately 30 Days before the initial award delivery date for verification of delivery dates. Technical On-Site POC for this RFP is as follows: Lauren Hill (C) 407.233.7054 (W) 720.857.5935 Email Lhill@MartekGlobal.com The Awardee Contractor may be required to adjust the delivery date from the date specified in the contract award document, due to situations beyond the Governments control. The Government has the right to adjust the contract award delivery date for up to 90 days at no cost to the Government. On-site assembly and installation of items and performance of services identified in this document will take place during normal business hours which are defined as: 0700 to 1600 (i.e.: 7:00 am to 4:00 pm Mountain Standard Time), Monday through Friday, excluding Federal Holidays. Secure storage is limited at the Denver VA Replacement Facility. If secure storage is required, the Contractor shall make arrangement locally at no additional cost to the Government. The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document. The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with VA ECHCS. The VA will provide a staging area for the equipment to be staged before deployed. Vendor shall comply with VA Directive 6550 in completing Pre-Procurement Assessment form. Delivery Location Contractor shall deliver all equipment to the Eastern Colorado Health Care System, PVN Dock, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings Contractor shall deliver items in manufacturer s original sealed containers with manufacturer s name clearly marked thereon. Deliveries shall be marked with the PO and Contract Number. Delivery Coordination All deliveries shall be coordinated with the onsite Points of Contacts (POC) for deliveries. Deliveries that are not properly coordinated will be the subject of deliveries being rejected. Site Delivery Conditions There shall be no smoking, eating, or drinking inside the construction site at any time. Delivery personnel must comply with all posted safety requirements, to include the wearing of personal protection equipment (PPE). Minimum requirements are a hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. Use of Premises Use of VA Premises Guidelines During the performance of this contract. All work will be conducted at the VA Denver Replacement Hospital. The Contractor will perform all work in such a manner that will cause minimum interference with VA ECHCS operations and the operations of other vendors on the premises. The Contractor will coordinate and cooperate with VA ECHCS s general contractor and construction manager during delivery and installation activities. All coordination with the general contractor shall be coordinated through the Technical On-Site POC. The Denver Replacement Facility is an active construction site. The vendor will assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. Prior to starting work, the vendor and associated personnel (including subcontractors) will be required to attend a general contractor s site safety training program. Cleanup and Disposal: There are no dumpsters available for the Contractors use at the Denver VA replacement hospital for the disposal of material. The Contractor must clean up all debris and discard at Contractors expense. The removal of waste and/or excess material will be conducted through the loading area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading area. Vehicles will need to be brought back to the area if required to remove any waste, tools, or excess materials. Protection of Property The Contractor shall conduct an inspection walk through of the building(s) and grounds with the Technical on-site POC before commencing any work. The Contractor shall protect all items from damage during delivery. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to the building(s) or grounds damaged accidentally or on purpose due to action by the Contractor or their representative. The Contactor shall be responsible for repairing or replacing any items, components, building(s), and grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence for the VA Facilities Management POC and onsite POC Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work. The Contractor shall be responsible for securing all items, to include tools, and equipment used for the installation of LV30 equipment. Operations & Maintenance O&M and Sustainment Requirements On-call support M-F 7am-9pm and next-day on-site support within standard option year and exercisable option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117N0502/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-N-0502 VA701-17-N-0502.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3751413&FileName=VA701-17-N-0502-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3751413&FileName=VA701-17-N-0502-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04643472-W 20170825/170823233551-11e2f2dfd50ec9ed87bf580c3759a198 (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.