Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
DOCUMENT

D -- VA Mobile Lifecycle Service Enterprise Mobility Management, Telecom and Device Lifecycle - Attachment

Notice Date
8/13/2018
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q3113
 
Response Due
8/24/2018
 
Archive Date
9/23/2018
 
Point of Contact
George Govich, george.govich@va.gov
 
E-Mail Address
george.govich@va.gov
(george.govich@va.gov)
 
Small Business Set-Aside
N/A
 
Description
36C10B18Q3113 Request for Information VA Mobile Lifecycle Service Enterprise Mobility Management, Telecom and Device Lifecycle 36C10B18Q3113 This is a Request for Information (RFI) only. Any and all information requested in response to this RFI is for Market Research purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. 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. Your response to this RFI will be treated only as information for the Government to consider. All costs associated with responding to this RFI will be the sole responsibility of the contractor. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All submissions to this RFI will be treated as business confidential materials, become Government property, and will not be returned. The Government does not intend to pay for the information submitted in response to this RFI. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and Product Description (PD)/Performance Work Statement (PWS). Be advised that set-aside decisions may be made based on the information provided in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $27.5 million. A company that is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB) must be VIP registered and verified (http://www.va.gov/OSDBU/index.asp). The Department of Veterans Affairs (VA) is seeking information from industry on services and products that would provide a complete mobile lifecycle management solution. It would include a follow-on Mobile Device Management (MDM), now referred to as the Enterprise Mobility Manager (EMM). The EMM will deliver Enterprise-level secure unclassified mobile communication services ensuring interoperable, secure and reliable access by the workforce to any information, anywhere, at any time. Additionally, this will include a follow-on for VA s current telecom contract. This includes cellular (mobile) voice and data services for all mobile devices. In addition, the contractor would be responsible for receiving request for devices, provisioning devices, delivery of devices, troubleshooting, management and decommissioning of devices. The total solution will be comprised of an infrastructure that delivers cellular (mobile) voice and data services, mobile endpoint devices with endpoint security for the VA enterprise MDM/MCM/MAS subscribers. The objective of this RFI is focused principally in seeking information regarding the business classifications and roles of the device as a service (DAAS) Industry in providing a complete mobile lifecycle solution. The purpose of this RFI is to gain additional insight into the DAAS marketplace and the capability to meet that lifecycle requirement. This RFI will also be used to assess the viability of current market DAAS managerial, technical, operational and support capabilities available for determining what level threshold and objective requirements should be set for a VA Fully managed mobile lifecycle portfolio. The intent is to provide a single managed service effort to the entire mobility lifecycle that would include all mobile devices reoccurring-telecommunication services (data/voice), associated infrastructure and end point devices for its EMM requirements. End point devices for the purposes of this engagement will include all smartphones, flip phones, pagers, and mobile hot spots. Complete managed services will include coverage for all infrastructure associated with the enterprise mobile management platform and the provisioning, operational maintenance and services for end users, troubleshooting, and secure decommission of all devices provided. Refresh of end-point mobile devices would occur automatically on a predetermined lifecycle and based upon date of issuance to the end user. The contractor will also be responsible for any authority to operate documents (ATO) for any cloud services, GSS, or major applications for the duration of the contract. VA Current environment: The MSP would be responsible for devices located at all of the VA facilities. The complete list of all VA facilities is located at: https://www.va.gov/directory/guide/allstate.asp. The VA provides health care 24/7/265 for Veterans, as well Veteran benefits and national cemetery services. Additionally, VA has staff that telework and do not report to a VA building. The current environment for the VA is supported via contract vehicles that provides telecommunications services for flip-phones, pagers, mobile hotspots and smartphones (approx. 87,000 devices). The VA is using Airwatch (under an Enterprise Licensing Agreement) to manage approx. 45,000 smartphone and tablet devices. VA anticipates a capacity of up to 90,000 mobile devices to be supported with potential to expand on demand. The current EMM also provides derived credentials, secure email gateway (SEG), and a secure email solution (Boxer). The contractor will be responsible for providing these services, including management, training and delivery of these services to the end user. VA is seeking 24 by 7 by 365 coverage for all associated services. Additionally, VA has approx. 7500 Apple iPads, and approx. 100 unique function devices that use the current EMM for visibility and management. The Managed Service Provider (MSP) will be responsible for managing these devices under the EMM. Generic capability statements will not be accepted or reviewed. Your response must include the following: address the company s role regarding the ability and experience to perform the tasks associated with the requirements stated in the above criteria business name and address; name of company representative and their business title; category of your business given NAICS 541512 i.e. Large, Small (if small, state your category, i.e., 8(a), Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, etc.); and contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency-Wide Contract. Responses to the following questions: Please describe your capability to receive requests, provision, deliver and manage up to 87,000 devices, including 45,000 smartphones which require provisioning into an Enterprise Mobile Manager (EMM), to the locations listed in the RFI. Please describe any current, or past contracts, where you have provided a similar service for another government agency. Please describe your expertise in providing a government agency an EMM, which includes certificate based authentication (PIV-D), security configurations, email, and secure workspace. Please describe the timeframe from receipt of request to delivery of device to end user and the process used. Please demonstrate your ability to generate large reports designed to satisfy standards compliance reporting?   Please give brief details and examples relevant to HIPAA, PCI and others What is your largest mobile device lifecycle management deployment at a single company? Please show where (as of the current date) you do business as a function of the percentage of revenue adding up to 100% (US, Canada, Latin America, etc) Please describe your ability to partner with multiple telecom carriers to provide service to a variety of geographic areas, including the continental United States, Puerto Rico, Guam, Saipan, America Samoa, Philippines and Hawaii. Please describe capabilities to provide service such as AT&T 1st Net or Verizon Private System Private Core which is defined as a system that gives priority to designated lines identified for use as First responders, medical and emergency personnel (not to be confused with WPS) on the wireless network and maintains that priority during disasters or network saturation. Please describe how you will ensure compliance with VA policy and Federal law and decrease overall risk to VA. Submissions must be received via email by the Contract Specialist, George Govich, george.govich@va.gov, no later than August 24, 2018. Responses may also include 1 additional page for cover/title for the Government to consider. Questions or clarifications to this RFI must be received via email to the Contract Specialist cited below no later than August 16, 2018. The opportunity for clarification of this RFI will not change the submission deadline date identified above. SECTION 508 NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL ELECTRONIC AND INFORMATION TECHNOLOGY PROCUREMENTS On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it 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. Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed and published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194. Section 508 Electronic and Information Technology (EIT) Standards: The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: http://www.section508.gov and http://www.section508.gov/acquisition-regulations. A printed copy of the standards will be supplied upon request. The Contractor shall comply with the technical standards as marked: § 1194.21 Software applications and operating systems § 1194.22 Web-based intranet and internet information and applications § 1194.23 Telecommunications products § 1194.24 Video and multimedia products § 1194.25 Self-contained, closed products § 1194.26 Desktop and portable computers § 1194.31 Functional Performance Criteria § 1194.41 Information, Documentation, and Support Equivalent Facilitation Alternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with disabilities. Compatibility with Assistive Technology The Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. Acceptance and Acceptance Testing Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for 508 Compliance before delivery. The Contractor shall be able to demonstrate 508 Compliance upon delivery. Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at http://www.section508.va.gov/section508/Resources.asp. Deliverable: Final Section 508 Compliance Test Results
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/652a9bfbfac4da1d06a8ff5980fe029a)
 
Document(s)
Attachment
 
File Name: 36C10B18Q3113 36C10B18Q3113.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537865&FileName=36C10B18Q3113-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537865&FileName=36C10B18Q3113-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05035042-W 20180815/180813231631-652a9bfbfac4da1d06a8ff5980fe029a (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.