N070--Relocation VISTA Server Saginaw VA Medical Center

expired opportunity(Expired)
From: Federal Government(Federal)
36C25020Q0557

Basic Details

started - 27 Apr, 2020 (about 4 years ago)

Start Date

27 Apr, 2020 (about 4 years ago)
due - 01 May, 2020 (about 4 years ago)

Due Date

01 May, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25020Q0557

Identifier

36C25020Q0557
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Sources Sought Notice for relocation of VISTA servers as identified in the Statement of Work for the Aleda E. Lutz (Saginaw) VA Medical Center. The contractor shall furnish all necessary labor, supervision, management, management support, transportation, supplies, equipment, and materials necessary to furnish the following services. The equipment to be services is provided and is subject to changes. A draft Statement of Work is attached to this notice and is subject to change should a solicitation be issued as a result of this notice.
Please respond if you have the ability and intent to complete this requirement. Include in your response the following information:
Capabilities Statement;
Company Name and Address;
DUNS Number;
Socioeconomic Size Status (e.g. Large, Small, WOSB, SDVOSB, etc.)
Point of Contact information (name, phone, email);
Whether site visit will be required/requested;
FSS or GSA Contract Number, if applicable.
This Sources
Sought Notice is intended to locate any business capable of performance.
The anticipated NAICS Code for this requirement is 811212.
This is not a Request for Quotation and quotes shall not be reviewed at this time.
The Department of Veterans Affairs shall not be responsible for any costs incurred by the contractor as a result of this Sources Sought Notice.
This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
All responses shall be submitted via email by Friday, May 1, 2020 at 10:00 AM EST. Responses shall be submitted to Jeremy Boston at Jeremy.Boston@va.gov. Phone calls shall not be accepted for this notice.

DRAFT STATEMENT OF WORK

I. SCOPE OF WORK:

The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. This shall include conducting complete de-installation, transportation, reinstallation, and coordination of the move for all systems and peripherals listed on the Relocation inventory.

Contract performance shall be from the date scheduled after award, in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. This equipment is located within the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602.

Period Of Performance is projected for the span of 10 work days.

II. CONFORMANCE STANDARDS:

All services provided under this contract must be performed in a manner by certified HPE Field Representatives that will retain warrantee coverage of listed equipment and their software.

III. HOURS OF WORK:

1. Hours of Work for telephone support and emergency repairs are defined as Monday through Friday, excluding federal holidays, or as otherwise arranged with the Contracting Officer Representative (COR).
2. The ten holidays observed by the Federal Government are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a National Holiday.
3. Work performed outside of normal working hours of coverage shall only be done at the request of the Contracting Officer or COR and shall be billed separately.
IV. GENERAL REQUIREMENTS

1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed project management plan (PMP).

2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms.

3. If for any reason the scheduled time for a deliverable cannot be met, the contractor shall be required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO shall then review the facts and issue a response in accordance with applicable regulations.



V. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES

Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the parameters and performance period stated in this SOW.

The contractor shall deinstall, package and deliver the equipment to the new location. The COR will be notified by the contractor immediately when reinstallation is complete, and the COR will inspect the work with the contractor present to ensure all required work is complete. Final acceptance will not occur until the COR verifies proper operation of the reinstalled equipment at the new location.

All systems and equipment designated for relocation will be packaged, handled and transported in a safe and protected manner to ensure the systems and equipment are not damaged. Any items damaged during the relocation will be repaired or replaced by the contractor at the contractor s expense.


Task /Deliverable One: Assign a Project Manager (or Project Specialist) to control the scope and schedule of your project, as well as coordinate resources, communications, documentation, and change management process for your data center relocation project. The Project Manager is Department of Veteran Affairs single point of contact during the project planning process and can regularly review progress with Department of Veteran Affairs to facilitate a smooth, timely, and well-coordinated implementation.

Task /Deliverable Two: Perform provide labor for complete de-installation, transportation of Equipment, reinstallation, and coordination of the move for all systems and peripherals listed on the Relocation inventory in Project ID:20191206010 Revision No. 2.0.

Model Number
Description
Serial Number
Qty.
Support ID
2-Racks
Rack 1
DL380 Gen9
Proliant Server
USE537WK5R
1
103581180648
DL380 Gen9
Proliant Server
USE537WK5N
1
103581180648
DL380 Gen9
Proliant Server
USE537WK5K
1
103581180648
DL380 Gen9
Proliant Server
USE537WK5H
1
103581180648
DL380 Gen9
Proliant Server
MXQ63603PX
1
103581180648
MSL4049
Tape Back Device
MXA532Z05U
1
103581180648
3PAR
Services Processor
MX253000BY
1
103581180648
3PAR7200
Storage Array
MXN5376003
1
103581180648
M6710
Drive Shelf w/Drives
MXN5371SN2
1
103581180648
M6710
Drive Shelf w/Drives
MXN5371SN1
1
103581180648
M6710
Drive Shelf w/Drives
MXN5371SN0
1
103581180648
M6710
Drive Shelf w/Drives
MXN5371SMY
1
103581180648
M6710
Drive Shelf w/Drives
MXN5371SMX
1
103581180648
8/8
Drive Shelf w/Drives
USB529S035
1
103581180648
8/8
Drive Shelf w/Drives
USB529S02F
1
103581180648
HP5700
Rack Switch
CN49GN10V4
1
103581180648
HP5700
Rack Switch
CN49GN10V0
1
103581180648

KVM

1
103581180648
Rack 2
C Series
Cisco UCS Servers

2

NetApp
ESeries Storage Shelves

2

Catalyst
Cisco Switch

2


Currently located in Building, 1 Room B200. To be relocated to Building 22, Room B406.

VI. SCHEDULE FOR DELIVERABLES

1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified.

2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same.

VII. TRAVEL [If applicable]

Cost for Field Service Engineer travel to site will be included in the contract.

VIII. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT:

The Contractor's staff shall include a "fully qualified" HPE certified Field Service Representatives.

"Fully qualified" is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract.

3. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service.

IX. SECURITY

Information System Security

The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation.

The Veterans Affair Acquisition Regulation (VAAR) security clause (cited below) must be included in all contracts:

VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES

(a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at:
http://checklists.nist.gov

(b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov.

X. SECURITY TRAINING

All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course at the following web address: https://www.ees-learning.net/librix/loginhtml.asp?v=librix, or provide signed certifications of completion to the CO that such training has been completed in the previous 12 months. This requirement is applicable to contractor personnel that will have access to VA sensitive information systems. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s).

XI. PRIVACY INFORMATION REQUIREMENT:

The contractor and all sub-contractors may be required to complete annual privacy training by reading and signing the Privacy Training TMS 20939.

The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Privacy Training TMS 20939 for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.

Failure to complete the mandatory annual training and sign the Privacy Training annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.

SECTION 508

The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.

In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT 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. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency.

Section 508 text is available at:
http://www.opm.gov/HTML/508-textOfLaw.htm
http://www.section508.gov/index.cfm?FuseAction=Content&ID=14

Attachment A
Schedule of Deliverables


Deliverable No.

One
Item

Perform Reinstatement inspection.
Quantity

1
Delivery Date

Within 30 calendar days after award

Two
Perform preventive maintenance and provide NBD service.
1
Within 1 calendar days after Reinstatement inspection.
Product Service Code:- N070 - INSTALLATION OF EQUIPMENT- ADP EQUIPMENT/SOFTWARE/SUPPLIES/SUPPORT EQUIPMENT
NAICS Code:- 811212 - Computer and Office Machine Repair and Maintenance
Primary point of contact:- Jeremy Boston
Jeremy.Boston@va.gov  
Jeremy.Boston@va.gov
Secondary point of contact:-

VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET  DAYTON , OH 45428  USALocation

Place Of Performance : VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET DAYTON , OH 45428 USA

Country : United StatesState : Ohio

You may also like

SEATTLE VA MEDICAL CENTER, MED VAC HOT TAP

Due: 16 Aug, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

NEURACEQ AMYLOID FOR THE CLEVELAND VA MEDICAL CENTER

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PR12466395: RELOCATION OF MRS. CONCORS TO REYKJAVIK

Due: 04 Jul, 2024 (in 2 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.