Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

70 -- RTLS SUSTAINMENT IDIQ RFP Amendment 4

Notice Date
8/14/2020 2:42:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120R0006
 
Response Due
8/19/2020 1:30:00 PM
 
Archive Date
09/03/2020
 
Point of Contact
John D HarrisContracting Officer, Phone: (802)295-9363 Ext 5175
 
E-Mail Address
john.harris405@va.gov
(john.harris405@va.gov)
 
Description
Amendment 4 provides an updated Line Item Listing so that Line Items represented on the estimated quantity worksheet are represented within section B.� All other line items are requested to be priced. However, quantities for those line items cannot be predicted.� A revised quantity worksheet is also provided with revised quantity estimates which may be useful for pricing. Quantities under a resultant agreement will not be guaranteed. No extension is made under this amendment. Amendment 3 provides an updated Line Item Listing and extends the response date of this requirement to 8/19/2020 at 1630 EST.� An estimated quantities attachment has been provided with this amendment. The following Q&A is provided for all prospective vendor proposal preparations: Will the government extend the deadline for proposal submission one week from the date of a complete Q&A response, to give adequate time to incorporate the answers to questions and to allow time to provide a competitive proposal? Please note that the deadline for responses has been extended to 08/19/2020 1630 EST. The 1449 and attachment 36C24120R0006_1 Notice.pdf provide conflicting information regarding SDVOSBC set aside. Can you confirm that this is set aside for SDVOSBC? Please see prior amendment. This solicitation is NOT under a set-aside. All qualified contractors are welcome to provide proposals. The RFP references this requirement as both firm fixed price and a single-award, 5-year IDIQ. Is this a firm fixed price RFP? Please see prior amendment. This is an FFP Base +4 -year IDIQ. If yes, will the required quantities for each CLIN be provided? Please see the attachment RTLS Sustainment Part Qty List for estimated quantities. The current sustainment contract expiring 9/12/2020 covers 11 VAMCs in VISN 1. Are White River Junction VAMC, Brockton VAMC, and West Roxbury VAMC to be included in this requirement? They are included in the requirement, although currently in the process of installation. How will the hourly service rates be evaluated without and requirements tied to them from the PWS? Rates will be evaluated on a total value provided by the proposal. Responding proposals should use the RTLS Sustainment Part Qty List referenced above for Service Type Line items to develop Line Item totals. Should the following RTLS line items be added to the Price List? Please see update Price/Cost Schedule included in Amendment 3. In the Price List xlsx, row 78 asks for �Mobilization Fee (for on-site services not otherwise covered)�. Is this assuming a single day deployment, and is another line item warranted for the cost of sequential days required for onsite work? Contractors should propose a per day fee. For the autoclave tag (Excel row 5 in the updated estimated quantities list), should the unit of measure be (500)? This Line Item has been removed from the updated Price/Schedule. Are the F5 licenses under a current support agreement? No longer applicable following Server Migration to AITC. What are the serial numbers for all F5 equipment relevant to the solicitation? No longer applicable following Server Migration to AITC. Can the government provide a short job description for the job roles identified for the purpose of consideration against labor categories? Please see the Department of Labor (https://www.dol.gov/sites/dolgov/files/WHD/legacy/files/SCADirectVers5.pdf) SCA Directory of Occupations for position descriptions helpful for this purpose. Does the government use any subscription-based licenses that must be considered/used by the contractor?� Yes, the government does use subscription-based licenses but the VA will purchase them and the contractor would only be responsible to install. Does the government have software assurance for all products used in the RTLS solution? No Some open source products are being divested by VA and subsequently changes are being made in TRM. Example, Apache products. This may require updates to platforms using divested versions of software. What is the government�s plan to address software that cannot be updated to meet TRM/security criteria? It will be the responsibility of the contractor to obtain and install software to keep compliant with TRM. Is there a test environment available for the purpose of updates/patches that can be extensively used for vetting purposes, testing, etc? Yes Capacity Planning: Does the VA have existing capacity metrics that can be provided? If not, does the VA currently know how much growth can be accommodated by the existing hardware or will a survey be required upon award? VA can provide capacity metrics for the servers located at the VAMC. Capacity planning for the VISN level servers is managed through the support contract at AITC. Preventative Maintenance: VA states in #11 that non hot-swappable hardware (e.g., hard drives) is the responsibility of the winning contractor, but hard drives in storage arrays are typically considered hot-swappable. VA also mentions a separate contractor is responsible for hot-swappable hardware replacement. Can the VA clarify what hot-swappable components are handled by the separate contractor mentioned in Corrective Maintenance #6? No longer applicable following Server Migration to AITC. Is the contractor mentioned in Corrective Maintenance #6 also monitoring hot-swappable components and proactively addressing alarms/amber alerts? If not, is system monitoring configured to cover all system hardware components for the winning contractor to adequately identify and arrange corrective actions for incidents? No longer applicable following Server Migration to AITC.� Will the Nagios server be transitioned to the winning contractor to be maintained or is that handled by a separate contractor? The Nagios server will be transitioned and maintained by the successful awardee. Security Incidents Investigation: �Do systems currently meet all compliance requirements and maintain data, logs, and records? Yes Will any additional configuration be required post-award to bring the system in alignment with security and continuity requirements? The VA does not anticipate any additional configuration. Security requirements are addressed monthly Are all as-built requirements current or will the contractor be required to update documentation for the system post-award? Yes, they are current. What is the anticipated start date of the contract? 9/13/20 Amendment 2 eliminates year 5 CLINS listed in the Price/Cost schedule to match the required period of performance of Base Year +3 Option Years. See attached Amendment 2. Amendment 1 is issued to provide an updated PWS and make edits to section E.7 52.212-2 EVALUATION-COMMERCIAL ITEMS (TECHNICAL CONSIDERATIONS) to correctly allign the evaluation criteria with the PWS. The updated PWS also provides an updated system architecture.� In clarification, there is no set-aside for this solicitation. All qualified contractors are requested to submit their proposal. Accordingly, the due date for response proposals has been changed to 08/14/2020 at 16:30. Please see the updated Notice and RFP with the attachments. 1. BACKGROUND Veterans Integrated Service Network 1 (VISN 1) has installed a standardized RTLS systems at all major sites (see Table 1) to better enable the VA to manage and track assets. RTLS solutions address many of the VA�s needs by providing additional capabilities beyond barcoding and can result in design process improvements for higher quality patient care, reductions in staff hours spent searching for equipment, and the ability to maintain effective inventory levels. To enable this Asset Tracking (AT) RTLS system, hardware and multiple software applications are integrated at the VISN-level to form a VISN 1-wide standard of technology and capability. This standardization process included the use of Intelligent Insites (Asset Tracking Application) and Centrak (Location Services Technology) as two core components. The RTLS system in place is an enterprise solution for VISN 1 in both standard of technology and meets VA policies. 2. SCOPE OF SERVICES AND SUPPLIES SOUGHT VISN 1 seeks to obtain RTLS maintenance and operation services and supplies at locations shown�in the RFP PWS attached�through a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle. The Contractor shall be able to provide the routine services and supplies, as well as be capable of updating RTLS application configurations that come about due to changes caused by minor construction projects (such as a floor or wing renovation) or major construction (such as a new building on campus). The successful offeror shall be able to meet the required specifications of the RTLS infrastructure that provides the current VISN 1 standard. Offerors that seek to replace the existing standard with another will be found non-responsive. Additional, related work may be ordered off the resulting -contract without further competition at the discretion of the Contracting Officer (CO). The Contractor shall provide RTLS Operation and Maintenance (O&M) services and supplies, inclusive of RTLS application client and server software, operating system maintenance, operational support services, supplies, and hardware in accordance with the terms detailed in the RFP�PWS attached.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/34b36d7244b34a41ac3a3bcb1be5eb31/view)
 
Place of Performance
Address: West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05759314-F 20200816/200814230158 (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  © 1994-2020, Loren Data Corp.