Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

L -- Resident Wandering Solution Pittsburgh VA Healthcare System Pittsburgh, PA 15215 Synopsis

Notice Date
5/14/2020 10:21:05 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0229
 
Response Due
5/15/2020 12:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Daniel L Johnson Contract Specialist 717-272-6621x4966
 
E-Mail Address
Daniel.Johnson44@va.gov
(Daniel.Johnson44@va.gov)
 
Awardee
null
 
Description
SYNOPSIS OF SOLICITATION PRODUCT OR SERVICE CODE L063 PROPOSED SOLICITATION NUMBER 36C24420Q0229 CLOSING RESPONSE DATE On 05/15/2020 at 8:00 A.M. EST LINE ITEM NUMBER ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Installation 4.00 MO __________________________ ______________ Contract Period: Base POP Begin: 06-01-2020 POP End: 09-30-2020 1001 Wandering System Ongoing Support and Licensing 12.00 MO _____________ ______________ Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 2001 Wandering System Ongoing Support and Licensing 12.00 MO _____________ ______________ Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 10-30-2022 3001 Wandering System Ongoing Support and Licensing 12.00 MO _____________ ______________ Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 4001 Wandering System Ongoing Support and Licensing 12.00 MO _____________ ______________ Contract Period: Option 4 POP Begin: 10-01-2023 POP End: 09-30-2024 DESCRIPTION The VA Pittsburgh Healthcare System (VAPHS) has a requirement for all labor, materials, support and travel to provide, install, and support of a Resident Wandering Solution at its H.J. Heinz campus in O Hara Township, at 1010 Delafield Road, Pittsburgh, PA, 15215. The Contractor shall provide labor, materials, equipment, support, and travel regarding the required services in buildings 50, 51 and 71. The Contractor shall install, test and commission the system in Base Year of the contract and shall provide technical support for the life of the contract, including all Option Years. WORKING HOURS If Contractor is required to be onsite, it must be between the hours of 8:00 A.M. EST 4:00 P.M. EST on Monday Friday (EXCLUDING FEDERAL HOLIDAYS). If one of the planned days were to overlap onto a holiday, it is on the Contractor to reschedule another day/time with the COR, at no additional cost to the Government. PERIOD OF PERFORMANCE Base Period: 06/01/2020 09/30/2020 Option Year One (1): 10/01/2020 09/30/2021 Option Year Two (2): 10/01/2021 09/30/2022 Option Year Three (3): 10/01/2022 09/30/2023 Option Year Four (4): 10/01/2023 09/30/2024 Installation shall be conducted during the Base Year. Ongoing support and licensing shall be for Option Year One (1) Four (4). Implementation of the system requires minimal VA construction. The Contractor s quote shall include the type of power required for each powered component and if an ethernet connection is required for that component. The contractor shall provide nine (9) system computer workstations at the locations listed below: Building 50 - Ground South, Nurse Station Building 50 - 1 North Nurse Station Building 50 - 1 South Nurse Station Building 51 - 1A PCC Office Building 51 - 1A101 VA Security Building 51 - 2A Nurse Station Building 51 - 2B Nurse Station Building 51 - 3A Nurse Station Building 51 - 3B Nurse Station REQUIREMENTS QUOTERS MUST MEET ALL HEADINGS AND SHALL SUBMIT DOCUMENTS TO SUPPORT MEETING OF REQUIREMENTS REGULATORY COMPLIANCE REQUIREMENTS Federal Communications Commission (FCC): FCC (47 CFR 15) Part 15 Limitations on the use of wireless. National Fire Protection Association (NFPA): NFPA70 - National Electrical Code. Underwriters Laboratories (UL): ITE UL 60950 PROJECT INSTRUCTIONS APPLICABLE CODES & STANDARDS AND INSTALLATION The Contractor will design, furnish, and install all necessary door hardware needed to make a complete Resident Wandering Solution (RWS). All penetrations made by the Contractor in two-hour fire and smoke rated doors, must be re-inspected and re-certified for compliance by a testing laboratory at the Contractor s expense. The Contractor shall provide a Resident Wandering Solution (RWS) which is HIPPA compliant. For automatic doors, the Resident Wandering Solution will disable the adjacent automatic door opener when the patient wanderer approaches within 20 feet of the controlled door. The system must allow VA staff to program this distance. Contractor shall provide written proof from the equipment manufacturer that said Contractor is duly authorized to sell, service and maintain the specified products. The Contractor shall be either the manufacturer or an authorized dealer for the Resident Wandering Solution provided. Contractor shall provide written proof of dealership or partner status along with quotation. The Contractor shall ensure that all work provided under this section meets the minimum requirements of all applicable codes and standards. All installation and maintenance work, to include software, shall be conducted by the contractor and not Department of Veterans Affairs (DOVA) employees for the duration of the contract. Where the requirements of this section exceed the minimum requirements, this section shall govern. Where codes conflict with the Contract Documents, codes shall govern. Where any applicable codes and standards conflict between themselves, the more stringent shall apply. The RWS shall be a stand-alone system and shall operate without connection to the VA computer network. The RWS shall be integrated with notification systems necessary to provide centralized event management, notification and reporting capabilities. The RWS shall provide multiple means of protecting against elopement, including upon sensing a tag in proximity to the door, generating an alarm when the door is open, and a tag is within the field. The RWS shall function as an elopement prevention and alerting system. Individual door installations shall include adequate Low Frequency (LF) coverage to detect a resident s tag. Door installations shall also include audible and visual alarms and a password-enabled keypad used to both by-pass door and silence alarms. The RWS shall provide a software, web interface and or stand-alone workstation by which the RWS is accessed. Nothing in this section shall relieve Contractor from the responsibility for compliance with all applicable codes, standards or specifications which are generally recognized to be applicable to the work specified herein. If the Contractor s software must be installed on VA OIT workstations, the system must be conformant with the VA s Gold Image requirements and the software application must be compliant with VA TRM. Contractor s software shall provide the following capabilities: Provide the location of tagged individuals within the area covered by the RWS. Exceptions to alarms and or door controllers may be applied to patient, staff or visitor tags on an individual basis. This is programmable by VA staff. Ability to set alert parameters. Ability to send alerts. Ability to utilize staff badges to allow staff escort of monitored patients through protected doors without alarming system. Provide alarm information presented in an intuitive visual format including location and patient identifier. Alarms may be cleared at any PC with software or at the door. End-user privilege management: user configuration options, group configuration options, configurable group privileges, alert configuration, assignment of management authority. Contractor shall certify that all system component updates, upgrades, bug fixes and other recommended system modifications are rigorously tested and proven to be stable prior to installation and implementation. Contractor shall provide an initial list of any/all 3rd party software components included in the system and update this list whenever any 3rd party components are added, deleted or modified. Contractor shall provide an initial planned release schedule including major as well as feature/function releases and provide updates to the planned release schedule immediately when any change is made to the schedule (same day). Contractor shall provide complete descriptions of all system upgrades including dates within the calendar year prior to initial system installation. RESIDENT WANDERING SYSTEM PARAMETERS Door Controller configuration: Controller settings LF Range, Loitering and Door Ajar events, Elevator mode, REX configuration, display low battery and Tag ID, Number of connected Indoor Keypads, External LF and more. Power for all system devices including; door controllers, exciters, gateways and antennas shall be provided from the head end (servers) of the system. The Contractor shall provide and install exciters and gateways necessary to cover resident-accessible areas in Buildings 50, 51 and 71. Veterans Affairs Pittsburgh Healthcare System (VAPHS) shall provide 120 VAC power receptacles for system workstation computers and monitors. Alarms and Events: The system reports an alarm condition when the door is open and a resident with a Tag is within the controller s field. The system shall provide visual and audible alarm notifications both locally and at the resident s assigned nurse station when a resident enters predefined areas or zones. The system can be configured to report Loitering and Door Ajar events. The event is indicated by: Event status on the Keypad display, Event sounding from the Keypad s internal buzzer, Event message to the Emergency Call system. The Contractor shall provide and install 73 door controllers including related hardware at locations shown in drawings that shall be provided after award. The RWS shall be a stand-alone system and shall operate without connection to the VA computer network. Elevator Configuration The Controller can be set to work in Elevator Mode. Controllers that work in Elevator mode are typically mounted inside an elevator cab. In Elevator mode, the Controller stores the IDs of Tags that entered the elevator. The Tags that are in the elevator do not trigger an alarm when the elevator arrives at another floor and the elevator door opens. The system shall integrate with the buildings elevators to restrict residents from leaving designated areas. Elevator access points shall include a password-enabled keypad to allow elevator operation while a tag is present. The Contractor shall provide and install 73 door controllers including related hardware at locations, shown in drawings that shall be provided after award. The Contractor shall provide resident tags that shall be locatable to within 20-25 feet of its location. The system shall provide an alarm notification when a resident exits building 51 and 71 and travels in excess of 35 feet. The Contractor shall provide and install all: Plenum CAT 6 cabling. All cables are to be labeled. Head end (server) equipment power supplies, server and software Controllers, keypads, door contacts/sensors and antennas Associated hardware, mounting equipment and connectors The Contractor shall program and test each door, area and zone. The Contractor shall supply complete documentation of system infrastructure to correspond to as-built system components and cabling. The Contractor shall provide a minimum of 16 hours of system training for VAPHS nursing staff and eight (8) hours of training for VAPHS Facilities Maintenance and Engineering staff. Any RF energy generated during system operation shall not affect existing Wi-Fi, computer and network systems, building control equipment, medical equipment, physical security devices and any other medical center equipment and systems. Leakage of RF energy between floors is not acceptable. Individual door controller settings such as schedules, users and event logs shall be configurable from system workstations and from a wireless tablet or other smart device. All building areas shall be included within assigned geo-boundaries with associated textual descriptions. These locations and descriptions shall be used to identify resident tag location at system workstations. Individual resident tags shall be minimally sized and be programmable to a unique user. Tags shall resist cutting and have a three (3) to four (4)-year battery life. The system shall include a means to check battery life in tags. The system shall provide visual and audible alarm notifications both locally and at the resident s assigned nurse station when a resident enters predefined areas or zones. The system shall be expandable to provide additional coverage. The system shall consist of the following components: Door Controller The Door Controller is the resident wandering system component that manages tag detection, communication, lock control and is the repository for all system data related to controlling the door that it supervises. Tag Transmits a signal to the Door Controller when a monitored resident is in proximity to a controlled door. The Door Controller can then lock the door to prevent the resident from leaving and initiate an alarm notification. Tags shall be resistant against cutting or tampering. Tags shall contain an extended battery life. Tags shall be designed to be worn on the wrist. Means shall be provided that activates the Tag(s), displays Tag battery level status and is used when the mobile application scans for Tags. The solution shall meet the Access Control requirements specified in the UL294 standard. The solution shall be capable of integrating detection notification through a variety of methods including mobile applications, pagers, signs, wireless telephones, text message and email. All alarms and alerts sent from the door controllers shall be displayable in alarm queues and dynamic maps showing the type and location of the alarm. The Contractor will furnish patient transmitters or tags as stated below: Capable of being worn on any extremity; tags may be worn on ankle or wrist. Tags battery life should exceed 6 months. Additional tags should be able to be added after initial installation without expanding network hardware. The patient transmitter shall automatically signal low battery warning. The patient transmitter shall be able to be disinfected and sterilized for patient re-use. The patient transmitter shall be resistant to tampering and removal from attaching band, and shall be hypo-allergenic, latex-free. The patient transmitter shall be uniquely identifiable by the system. POST INSTALLATION REQUIREMENTS The Contractor shall be equipped to support the end-user with around-the-clock live support (24/7/365) with direct access to technical support specialists to help accelerate issue resolutions and offer software upgrades as part of a maintenance program offering. The manufacturer shall offer remote technical support capability, including the ability to remotely access system resources and resolve issues. The Contractor shall be available 24 hours / 7 days a week to provide technical assistance with installed hardware and/or software. Contractor shall also respond within eight (8) hours, for any necessary onsite repairs. The Contractor shall furnish a warranty for the Resident Wandering Solution, as follows: Period: The Contractor shall guarantee all labor, workmanship, and materials for the resident wandering system for a period of one (1) year from the date of Final Acceptance with the exception for certain portable pagers and accessory Products and batteries. Should failure occur within the first year to the system, the Contractor shall provide with shorter termed warranty period all labor and materials necessary to restore the system to the condition required for the final test and acceptance for this Contract, at no cost to the Owner. Tie-ins: During the Warranty period, additional components may be connected to the installed systems. New devices will be connected in the same manner as shown in the Contract Documents for this Contract and the existence of the new connections shall not void this guarantee. Where software is part of the system, new information shall be entered in the database to extend operation of the system. The Contractor s guarantee shall include all costs related to troubleshooting, repair and replacement of defective work, including costs of labor, transportation, materials, equipment and other costs as necessary to restore the system to a complete and operational state. The Contractor shall provide local service by factory trained personnel from an authorized dealer of the equipment manufacturer. The dealer shall have available stock or have parts readily available of the manufacturer s standard parts for the primary system components and devices. The inventory of spare parts requirement is assuming availability of components through a dealer network and/or obtained from respective manufacturers within the required time frame. The Contractor shall offer an extended service and maintenance program from the Manufacturer to the Department of Veterans Affairs (DOVA) for future years of operability. The DOVA shall inform the Contractor of the acceptance or rejection of the program at the time of Final Acceptance. The Contractor s warranty shall be in addition to and not a limitation of other rights the DOVA may have against the Contractor under the contract documents. The Contractor shall warrant that all Work furnished under this Contract will be of good quality, free from faults and defects, and in conformance with the Contract Documents. The Contractor shall correct any software or firmware defects identified during the Warranty period without additional cost to the DOVA. Multiple sessions to accommodate multiple shifts (three (3) shifts, day, evening, night) shall be provided as designated by VA. Clinical training shall cover all end-user features of the software application. Follow up training may occur three (3) to nine (9) months after Go-Live. Technical training shall be provided during the day shift (8am-4pm) to biomed staff. Technical training shall cover review of hardware (including troubleshooting tips for repair), end-user features of the software application and administrative features of the software application (including troubleshooting tips to repair software). Contractor shall attend meeting or conference calls scheduled by the COR to address areas of concern and exchange information to ensure consistent high levels of professional services. Contractor shall be responsible for all costs associated with attending meetings and/or conference calls. COR shall be responsible for scheduling and coordination of all meeting and conference calls. Contractor shall implement and maintain a Quality Control System that results in correction of potential and actual problems throughout the scope of the contract performance. The Quality Control System shall contain processes for corrective actions without dependence upon Government direction and shall maintain records of all contractor quality control inspections and corrective actions. Contractor shall provide DOVA with software maintenance, which includes periodic updates, upgrades, enhancements and corrections to the software and hardware, and reasonable technical support, all of which are customarily provided by the Contractor to its customers so as to cause the software and hardware to perform according to its specifications, documentation or demonstrated claims. Any telephone support provided by Contractor shall be at no additional cost. If the licensed software or hardware requires a password (or license key) to be operational, it shall be delivered with the software media and hardware and have no expiration date. The Government requires delivery of computer software and hardware that does not contain any code that will, upon the occurrence or the nonoccurrence of any event, disable the software. Such code includes but is not limited to a computer virus, restrictive key, node lock, time-out or other function, whether implemented by electronic, mechanical, or other means, which limits or hinders the use or access to any computer software based on residency on a specific hardware configuration, frequency of duration of use, or other limiting criteria. If any such code is present, the Contractor agrees to indemnify the Government for all damages suffered as a result of a disabling caused by such code, and the Contractor agrees to remove such code upon the Government s request at no extra cost to the Government. Inability of the Contractor to remove the disabling software code will be considered an inexcusable delay and a material breach of contract, and the Government may exercise its right to terminate for cause. In addition, the Government is permitted to remove the code as it deems appropriate and charge the Contractor for consideration for the time and effort in removing the code. The Contractor shall provide a written warranty, covering all systems subject to the requirements of this section, agreeing to repair or replace defective materials and workmanship of work during a 1-year warranty period. The term ""defective"" is defined to include: Abnormal deterioration. Failure of the system to meet performance requirements. INFECTION CONTROL AND SAFETY REQUIREMENTS The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements contained in VAPHS Medical Center Requirements (MCR), Sec. 01 01 10. VAPHS MCR outlines general safety, confined space, dust control, permits, hazardous materials handling, environmental protection and other safety and health requirements. In performance of this contract, the Contractor shall follow VAPHS safety policies and standards for safe work practices and take such safety precautions as the VAPHS Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAPHS smoking policy, which designates all interior space as non-smoking areas. Patient, employee, visitor, and Contractor personnel safety best practices shall be adhered to at all times. The Contractor is responsible for the safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall replace all safety guards, equipment, devices, etc., removed during service or repair immediately after completion of work or when leaving a job unattended. The Contractor shall submit to the Contracting Officer, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility during performance of the contract, and will not use in the facility, any materials which have not been cleared in advance with the VAPHS. MSDS for new chemicals shall be furnished concurrently with the arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS at the chemical storage site in a location accessible to VAPHS personnel to assure compliance with all laws and requirements regarding the Right to Know law. The Contractor is responsible for identifying, providing and maintaining all personal protective equipment (PPE) required to perform the duties outlined in the contract. Additionally, the Contractor is responsible for identifying and adhering to all applicable safety program guidelines (lockout/tag out, confined space entry, universal precautions, etc.) required to perform the work. Contractor is responsible for providing and documenting any and all required safety training and proper use of PPE to their employees. Training documentation will be provided to the COR upon request. The Contractor shall obtain a Hot Work Permit from the VAPHS Safety Office whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment is required. The Contractor is required to follow all requirements outlined for the issuance of the Hot Work Permit. The Contractor shall be notified of any non-compliance with the provisions of the contract. The Contractor shall, after receipt of such notice, immediately correct the condition and notify the COR/contracting officer in writing that the condition has been corrected. If, in the opinion of the VAPHS Safety Officer or designee, the compliance condition is considered to be life threatening, he/she shall instruct the Contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the contracting officer may issue an order halting all or any part of the work, and Contractor may be held in default. The Contractor will bear all costs associated with a stoppage of work or time spent correcting any safety hazards. VHA HEALTHCARE DIRECTIVE Flu Vaccination Program - VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. Those HCP unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff are compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities are in compliance with VHA Directive 1192. Standard Personnel Testing/Infection Control The Contractor shall provide proof of the following tests for their staff within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all Contractor staff. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. RUBELLA TESTING: Contractor shall provide proof of immunization for all Contractors staff for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR OSHA REGULATION CONCERNING OCCUPATIONAL EXPOSURE TO BLOODBORNE PATHOGENS; Contractors shall provide generic self-study training for all Contractors staff; provide their own Hepatitis B vaccination series at no cost to the VA if they elect to receive it; maintain an exposure determination and control plan; maintain required records; and ensure the proper follow-up evaluation is provided following and exposure incident VAPHS shall notify the Contractor of any significant communicable disease exposures as appropriate. Contractors shall adhere to current CDC/HICPAC Guidelines for Infection Control in healthcare personnel (as published in American Journal for Infection Control- AJIC 1998; 26:289-354. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees and subcontractor employees requiring unescorted access to VA facilities and/or access to VA Technology resources (network and/or protected data) must complete a Special Agreement Check (SAC) investigation conducted by the FBI National Criminal History Check (NCHC). The following forms are required for a SAC: Fingerprints and OF306 Declaration for Federal Employment. The employee must be fingerprinted as part of the investigation. Electronic fingerprinting can be performed at the VAPHS and will be coordinated through the COR and Human Resources Office. The Contractor shall bear the expense of the background investigation(s), regardless of the final adjudication determination. A Bill of Collections shall be generated by the VA after final adjudication determination has been received. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. VA INFORMATION CUSTODIAL LANGUAGE 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). SECURITY INCIDENT INVESTIGATION 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. LIQUIDATED DAMAGES FOR DATA BREACH 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. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 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. TRAINING All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb22fe7b928f4a27b95135b2e708dd4b/view)
 
Record
SN05657492-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.