DOCUMENT
65 -- 674-17-2-3484-0215 MED SVC NEURO WACO EMG (VA-17-078835) - Attachment
- Notice Date
- 8/25/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- VA25717Q1288
- Response Due
- 8/30/2017
- Archive Date
- 10/29/2017
- Point of Contact
- Susan A. Flores
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Network Contracting Office 17 intends to award a firm-fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items for the purchase of see description below Caldwell Manufacture (See description below). This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 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. The solicitation number is VA257-17-Q-1288. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, effective January 19, 2017. The associated North American Industrial Classification System Code (NAICS) for this procurement is 339112 with a SDVOSB standard of 1000 employees. This acquisition is solicited as a 100% set-aside for SDVOSB. Any questions relating to this solicitation; must be submitted no later than 30 August 2017. Responses to the solicitation are due by 30 August 2017 11:00PM Central Time (CT) via e-mail: susan.flores2@va.gov t 2 1 Sierra Summit 2 Channel System 1 EMG,NCV, F/H, RNS, Blink, and RR Interval, SEP (Somatosensory Evoked Potentials) 1 All in One Desktop PC 1 USB Cable for Desktop PC 6' 1 Microsoft Office 1 T2 Cart (Assembled) 1 Summit 1 - 2 Ch Amp Arm w/Stim, Amp & Needle holders 1 Isolation Transformer 800VA 110V/220V (6 inputs) 1 LaserJet Printer 1 CadLink - CadLink Data Management Private Practice pkg - includes Server software and 3 Client licenses 1 Auto Archive - Private Practice HL7-Private Practice (*includes installation and configuration 1 DAM Electrode Kit-Disposable 2 Stimulator Probe, Straight w/touch proof connectors & round head,large diameter USB Footswitch Electronic 1 Technical Manual, USB Level 1 Level 2 Service Contract 1-2 Ch (in addition to standard 1year warranty) TOTAL COST: $ STATEMENT OF WORK Neurology EMG Introduction/Background The Central Texas Veterans Health Care System (CTVHCS) requires the purchase of one (1) Sierra Summit 2 Channel System, EMG, NCV, F/H, RNS, blink, and RR Interval, SEP, All in One Desktop PC, USB Cable for Desktop PC 6, Microsoft Office, T2 Cart (assembled), Summit 1-2 Ch Amp Arm w/Stim, Amp and Needle holders, Isolation Transformer 800 VA 110V/220V (6 inputs), LaserJet Printer, CadLink Data management Private Practive package- includes Server Software and 3 Client Licenses, Auto Archive Private Practive, HL7- Private Practice (includes installation and configuration), DAM Electrode Kit Disposable, Stimulator Probe, Straight w/touchproof connectors and round head, large diameter, USB Footswitch, Electonic Technical manual, USB, Level 2 Service Contract 1-2 Ch (in addition to standard 1 year warranty) for the Neurology Section of Medical Service located at 1901 S. Veterans Memorial Drive, Temple, Texas 76502. Objectives Sierra Wave Software is data management and report generation software that integrates with Electromyogram (EMG), Nerve Conduction Velocity (NCV), and Evoked Potential (EP) in support of Nerve Conduction Study (NCS) hardware systems. The software is used for testing muscles/nerves in hospitals, clinics, and mobile testing services and includes EMG, NCV, F Wave (foot muscle), H-Reflex (Hoffmann`s reflex), RNS (Responsive neurostimulation), Blink, Somatosensory Evoked Potentials, Autonomic Studies, and customizable report generation utilizing Microsoft Word.. Scope of Work The Central Texas Veterans Health Care System (CTVHCS) requires the purchase of one (1) Sierra Summit 2 Channel System, EMG, NCV, F/H, RNS, blink, and RR Interval, SEP, All in One Desktop PC, USB Cable for Desktop PC 6, Microsoft Office, T2 Cart (assembled), Summit 1-2 Ch Amp Arm w/Stim, Amp and Needle holders, Isolation Transformer 800 VA 110V/220V (6 inputs), LaserJet Printer, CadLink Data management Private Practive package- includes Server Software and 3 Client Licenses, Auto Archive Private Practive, HL7- Private Practice (includes installation and configuration), DAM Electrode Kit Disposable, Stimulator Probe, Straight w/touchproof connectors and round head, large diameter, USB Footswitch, Electonic Technical manual, USB, Level 2 Service Contract 1-2 Ch (in addition to standard 1 year warranty) for the Neurology Section of Medical Service located at 1901 S. Veterans Memorial Drive, Temple, Texas 76502. Security C&A requirements do not apply and a security Accreditation Package is not required. TRM has been verified and approved with constraints. Technology must remain patched and operated in accordance with Federal and Department security policies and guidelines in order to mitigate known and future security vulnerabilities. Veterans Affairs (VA) users must ensure VA sensitive data is properly protected in compliance with all VA regulations. All instances of deployment using this technology should be reviewed by the local ISO (Information Security Officer) to ensure compliance with VA Handbook 6500. Per the May 5th, 2015 memorandum from the VA Chief Information Security Officer (CISO) FIPS 140-2 Validate Full Disk Encryption (FOE) for Data at Rest in Database Management Systems (DBMS) and in accordance with Federal requirements and VA policy, database management must use Federal Information Processing Standards (FIPS) 140-2 compliant encryption to protect the confidentiality and integrity of VA information at rest at the application level. If FIPS 140-2 encryption at the application level is not technically possible, FIPS 140-2 compliant full disk encryption (FOE) must be implemented on the hard drive where the DBMS resides. Appropriate access enforcement and physical security control must also be implemented. All instances of deployment using this technology should be reviewed to ensure compliance with VA Handbook 6500 and National Institute of Standards and Technology (NIST) standards. It is the responsibility of the system owner to work with the local CIO (or designee) and Information Security Officer (ISO) to ensure that a compliant DBMS technology is selected and that if needed, mitigating controls are in place and documented in a System Security Plan (SSP). GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. The Certification requirements do not apply and a security accreditation package is not required. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. i. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. SURRENDER OF HDD AND MEDIA SANITIZATION PROCEDURES Contractor will be required to remove HDD for disposal by approved Central Texas Veterans Health Care System methods. SECURITY INCIDENT INVESTIGATION a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. b. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number,date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q1288/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-Q-1288 VA257-17-Q-1288_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3756867&FileName=VA257-17-Q-1288-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3756867&FileName=VA257-17-Q-1288-000.docx
- File Name: VA257-17-Q-1288 S02-VA257-17-Q-1288.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3756868&FileName=VA257-17-Q-1288-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3756868&FileName=VA257-17-Q-1288-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-Q-1288 VA257-17-Q-1288_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3756867&FileName=VA257-17-Q-1288-000.docx)
- Place of Performance
- Address: Doris Miller Department of Vetean Affairs Medical;Center;4800 Memorail Drive;Waco, TX
- Zip Code: 76711
- Zip Code: 76711
- Record
- SN04648226-W 20170827/170825232239-16b8d30a529f13518ef49ccf97980b75 (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 |