W--TAC-18-50896 - Multifunction Copier Services for WMC VA is looking for Small Businesses that may be able to complete the tasks in the attached Draft PWS. Ple...

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B18Q3072

Basic Details

started - 01 Aug, 2018 (about 5 years ago)

Start Date

01 Aug, 2018 (about 5 years ago)
due - 07 Aug, 2018 (about 5 years ago)

Due Date

07 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C10B18Q3072

Identifier

36C10B18Q3072
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103442)VETERANS AFFAIRS, DEPARTMENT OF (103442)TECHNOLOGY ACQUISITION CENTER NJ (36C10B) (2474)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Multifunction Copier Services Page 18 of 20 PERFORMANCE WORK STATEMENT (PWS) DEPARTMENT OF VETERANS AFFAIRS Workforce Management and Consulting Multifunction Copier Services Contract July 31, 2018 Version Number: 2.0 Disclaimer: The TAC accepts no liability for the completeness or correctness concerning the Information Technology content of this template. This template is a means to simply assist the requiring activity in developing their requirements. It is the Requiring Activity s responsibility to ensure the correctness of all requirements within their final Performance Work Statement. Contents 1.0 BACKGROUND 3 2.0 APPLICABLE DOCUMENTS 4 3.0 SCOPE OF WORK 5 4.0 PERFORMANCE DETAILS 5 4.1 PERFORMANCE PERIOD 5 4.2 PLACE OF PERFORMANCE 6 4.3 TRAVEL 7 5.0 SPECIFIC TASKS AND DELIVERABLES 7 5.1 PROJECT MANAGEMENT 7 5.1.1 CONTRACTOR PROJECT MANAGEMENT 7 5.1.2 REPORTING REQUIREMENTS 7 5.2 COPIER/ SCANNER/ FAX SPECIFICATIONS/ CONFIGURATIONS: 8 5.3 NETWORK FUNCTIONALITY: 9 5.4 INSTALLATION &
REMOVALS: 10 5.5 TRAINING: 11 5.6 CONSUMABLE SUPPLIES: 11 5.7 MAINTENANCE (Including Operational Standards & Performance): 12 5.8 DEVICE RELOCATION (OPTIONAL TASKs) 13 6.0 GENERAL REQUIREMENTS 13 6.1 ENTERPRISE AND IT FRAMEWORK 13 6.2 POSITION/TASK RISK DESIGNATION LEVEL(S) AND CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 15 6.2.1 POSITION/TASK RISK DESIGNATION LEVEL(S) 15 6.2.2 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 16 6.3 METHOD AND DISTRIBUTION OF DELIVERABLES 17 6.4 PERFORMANCE METRICS 17 6.5 FACILITY/RESOURCE PROVISIONS 18 6.6 GOVERNMENT FURNISHED PROPERTY 19 ADDENDUM A 20 ADDENDUM B 25 BACKGROUND The Human Resources Operations Office (HROO) office serves the Veteran s Health Administration (VHA) customers by providing a full range of human resource services. HROO functions as a conglomerate of HR and Delegated Examining offices dispersed over a vast geographical area. HROO operates with centralized administrative support provided by hub offices and decentralized service execution by the field offices. This wide dispersion and virtual operating environment relies heavily on copy/print, scanning, and fax capabilities, and these services are in fact embedded in our business processes. HROO is in the forefront of implementing electronic delegated examining files, and the three HR Offices (VHA Central Office Servicing Human Resources Office (VSHO), the Human Resources Management and Consulting Services (HRMACS) and the Consolidated Human Resources Management Office (CHRMO) execute a large volume of copy/scanning action in support of electronic Official Personnel Records(eOPF). The hub offices support policy and planning operations and produce a variety of printed media and presentations for the Senior Executive Service (SES) level Director. These efforts require a robust and dependable multifunction device to maintain efficiencies, ensure quality products, and create value for our customers. The National Healthcare Recruitment Services (NHRS) Office promotes the recruitment and retention of healthcare professionals. The office is responsible for implementing VHA national medical marketing strategies, online recruitment programs, a national recruiter program, producing public service announcements, placing advertising in professional journals, and creating the VHA job internet site and the VHA Healthcare Recruiter s Toolkit. The office has a demand for fast, efficient, high quality printing, scanning and faxing capability. The Education Debt Reduction Program (EDRP) office is a National Program office which repays education loans for health care professionals in certain hard to fill occupations. The office processes thousands of applications and maintains records/files for multiple years. High quality, reliable and efficient copying, faxing, scanning capabilities are critical functions within the office. The Human Capital Systems and Services (HCSS) a National Program Office supports VHA s talent management on a number of fronts, including immediate and long-term succession planning; leadership and workforce development programs; scholarship, and internship programs; automation of HR processes and reporting; and enterprise-wide knowledge management. The office works in concert with the Succession and Workforce Development Management Subcommittee (SWDMS) of the national Workforce Committee (WC). The HCSS office is committed to excellence and customer service. The office must have access to copiers that are dependable and capable of producing high quality, efficient copying, faxing and scanning services. APPLICABLE DOCUMENTS In the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 44 U.S.C. § 3541, Federal Information Security Management Act (FISMA) of 2002 Federal Information Processing Standards (FIPS) Publication 140-2, Security Requirements For Cryptographic Modules FIPS Pub 201, Personal Identity Verification of Federal Employees and Contractors, March 2006 10 U.S.C. § 2224, "Defense Information Assurance Program" Software Engineering Institute, Software Acquisition Capability Maturity Modeling (SA CMM) Level 2 procedures and processes 5 U.S.C. § 552a, as amended, The Privacy Act of 1974 42 U.S.C. § 2000d Title VI of the Civil Rights Act of 1964 Department of Veterans Affairs (VA) Directive 0710, Personnel Suitability and Security Program, May 18, 2007 VA Directive 6102, Internet/Intranet Services, July 15, 2008 36 C.F.R. Part 1194 Electronic and Information Technology Accessibility Standards, July 1, 2003 OMB Circular A-130, Management of Federal Information Resources, November 28, 2000 32 C.F.R. Part 199, Civilian Health and Medical Program of the Uniformed Services (CHAMPUS) An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008 Sections 504 and 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 Homeland Security Presidential Directive (12) (HSPD-12), August 27, 2004 VA Directive 6500, Managing Information Security Risk: VA Information Security Program, September 20, , 2012 VA Handbook 6500, Risk Management Framework for VA Information Systems Tier 3: VA Information Security Program, September 20, 2012 VA Handbook 6500.1, Electronic Media Sanitization, March 22, 2010 VA Handbook 6500.2, Management of Data Breaches Involving Sensitive Personal Information (SPI) , January 6, 2012 VA Handbook 6500.3, Certification and Accreditation of VA Information Systems, November 24, 2008 VA Handbook, 6500.5, Incorporating Security and Privacy in System Development Lifecycle March 22, 2010 VA Handbook 6500.6, Contract Security, March 12, 2010 Technical Reference Model (TRM) (reference at https://www.voa.va.gov/) National Institute Standards and Technology (NIST) Special Publications VA Directive 6508, VA Privacy Impact Assessment, October 3, 2008 VA Directive 6300, Records and Information Management, February 26, 2009 VA Handbook, 6300.1, Records Management Procedures, March 24, 2010 OMB Memorandum, Transition to IPv6 , September 28, 2010 SCOPE OF WORK The contractor shall be responsible for the delivery, installation and maintenance of 17 leased copiers throughout the United States. The monthly base price per unit shall include all travel, training, toner, staples, drum, waste container, training manuals, customer service/call center coverage, and all disposal costs at contract conclusion. The contractor shall deliver and install copiers (to include working in conjunction with the VHA Office of Information and Technology (OI&T) staff to ensure proper network connections) for all 12 locations within 30 days after award. PERFORMANCE DETAILS PERFORMANCE PERIOD The period of performance shall be 12 months from date of award, with four 12-month options. There are 10 Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November PLACE OF PERFORMANCE Tasks under this PWS shall be performed in VA facilities located in the following locations: COPIER LOCATIONS: Organization QTY Point of Contact Location HRMACS Austin 2 Larry Singleton Frances Alonso 512-326-6161 501-981-4711 615 Woodward Street Austin, TX 78772 HROO Coatesville 1 Cheri Fuchs 610-384-7711 x4668 1400 BlackHorse Hill Rd Building 16, Floor 2, Rm 219 Coatesville, PA 19320 HROO Duluth 1 Alex Lee Andrew Jones 678-924-5780 3700 Crestwood PKWY NW Suite 250 Duluth, GA 30096 HROO Indianapolis 1 Wendi Ratliff Valerie Williams Rafael Gonzalez 317-988-1894 2669 Cold Spring Road Building 41 Indianapolis, IN 46222 HROO Los Angeles 1 Linette Charles Francesca Gambula 310-268-4150 11301 Wilshire Blvd Building 258, Room 128 Los Angeles, CA 90073 WMC NOLA 2 Cabrina Armstrong-Phillips Lindsey Millet 504-507-4902 1250 Poydras Street Suite 1000 New Orleans, LA 70113 WMC Little Rock 1 Tesha Johnson Jeanne Dehart 501-257-4028 501-257-4023 2200 Fort Roots Drive Building 106 North Little Rock, AR 72120 HROO Sherwood 2 Thomas Newton Jacinda Summers 501-918-3259 2402 Wildwood Ave Suite 301 Sherwood, AR 72120 HCSS Oaklahoma City 2 Jana Waterhouse Chris Jaqua 405-552-4330 405-552-4345 55 N. Robinson Ave Suite 1010 Oklahoma City, OK 73102 HROO Topeka 1 Marva Smith Edwin Hailey 785-350-3891 Townsite II, 120 SW 6th Street Suite 102 (05/DEU) Topeka, KS 66604 HROO Ann Arbor 2 Sherry Rice Cherly Barbas 734-474-2133 24 Frank Lloyd Right Drive Lobby H, Level 3, Suite 3400 Ann Arbor, MI 48105 HROO St. Petersburg 1 Thomas Newton Jacinda Summers 501-918-3259  TRAVEL The Government does not anticipate travel under this effort. SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following: PROJECT MANAGEMENT CONTRACTOR PROJECT MANAGEMENT The Contractor shall assign a single point of contact to coordinate with the contracting officer and/or designated Contracting Officer s Representative (COR) in all aspects of this contract. The Contractor shall provide point of contact s name, title, business address, phone number and email address. REPORTING REQUIREMENTS The Contractor shall provide the COR with Monthly Progress Reports. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding month. The Monthly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall also identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The Contractor shall monitor performance and report any deviations. The Contractor shall maintain an accurate listing of all devices under contract (model, serial number, location) and provide this information to the designated COR in the Monthly Progress Report. The Monthly Progress Report shall also include the Network Functionality Analysis Results (5.3), the Installation Report (5.4), and the Maintenance Repair Service Report (5.7), which are addressed in detail in the identified sections. As set forth in Section 5.3.a, technical and system analysis results and a list of ancillary items required at each site shall be documented in the Monthly Progress Report. All reports shall be provided electronically through Microsoft Office applications. Deliverables: Monthly Progress Reports COPIER/ SCANNER/ FAX SPECIFICATIONS/ CONFIGURATIONS: 5.2.1 The Contractor shall provide a lease for 17 multifunctional copiers with the following requirements: All copiers must be new, refurbished or reconditioned copiers are not acceptable Output speed of a minimum rate of 80 copies per minute black and white and a minimum rate of 55 copies per minute color Automatic two-sided duplexing, single pass duplex document feeder, 250-page capacity document feeder. Minimum three drawer paper capacities that hold a minimum of 3,000 sheets total Finisher to provides collation, 2/3-hole punching, multi-position stapling, and large job interrupt Capable of auto paper select and auto tray switching Provides automatic usage accounting/ reporting (for copy, fax, scan, print) 30 second warm up or less to copy, 130 seconds or less to print from warm up Resolution: scan at 600 x 600 dpi, printing output to 2400 x 2400 dpi (supports records for eOPF requirements) Variable zoom for reduction and enlargement (at least 400%) Media handling 17-pound bond not to exceed 180-pound index, labels, transparencies, heavy weight glossy media Supports concurrent scan during print, fax, and copy operations Supports scan to file, email, personal computer, directory, and folders Provides embedded single line separated walk-up faxing and hard copy output Fax resolution of at least 600 x 600 dpi Fax supports delivery confirmation, cover sheet option, and staple option Fax memory of at least 64MB and capable of transmission speed of at least 33,600 bps Electronic date stamping, page numbering and watermark printing Copier option Fax option with modem card Scanning option (SMB version 2.0 or greater) version 1.0 is unacceptable Network Adapter 10/100/1000 for TCP\IP Protocols Smart Card reader (PIV/CAC) Requires Network Protocols: TCP\IP HTTP HTTPS SMB (version 2.0 or greater) LDAP Energy Star certified Vendor must be willing to update the copier configurations to adhere to VA security requirements; for the life of the contract 5.2.2 The Contractor shall provide devices with configurations that: Comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. § 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194) as amended. Must have a removable hard drive to ensure that the Government maintains control of all documents stored on the hard drive. The hard drive shall be provided to the COR prior to the removal of any of the copiers and the Government will ensure proper disposal/destruction of the hard drive. Written confirmation of the removal of the hard drive must be provided to the Government, prior to the removal of the copier from the Government site. (See paragraph 5.4 of this PWS for more information on the written verification/confirmation of removal.) The Contractor shall provide one operator s manual, written in English with each device. The manual shall be provided at the time of device installation. Deliverables: Operator s Manual for Each Device. NETWORK FUNCTIONALITY: All devices shall be connected to a VHA local area network, the Contractor shall provide the following services: Technical and system analysis support and appropriate digital cards/products to successfully connect devices to VHA s customer networks. The results of the analysis, and a list of ancillary items required at each site shall be documented in Monthly Progress Report in paragraph. 5.1.2. Provide two hours of technical and analyst support to the agency network administrator onsite during installation for each digital/multifunctional unit installed. The Contractor shall provide support for the physical and software interface of the controller/device to the VHA s customer s network. Support shall be provided for network configurations based on agency hardware/software and initial Digital Site Survey conducted by the Contractor prior to date of installation. Devices shall operate on and coexist on a network supporting any and all of the following: Minimum 10/100/1000 Base Ethernet interface PCL 5e/6 and postscript 3 emulation page description language support Single MAC per network port Document conversion to PDF, and PDF (OCR) Works with a Microsoft Active Directory Network Bi-directional print drivers Supports 802.1X INSTALLATION & REMOVALS: The contractor shall provide installation and removal services as follows: Install devices within 30 days of contract award. Install all devices at the sites specified in paragraph 4.2. The Contractor shall provide an installation report for each site as a part of Monthly Progress Report in paragraph. 5.1.2. The Copier Installation Report shall be provided and consist of the following elements: (1) Date of installation; (2) Copier serial numbers; (3) Delivery locations (to include building numbers, room numbers, customer names, phone numbers, email addresses); (4) Training Schedule (5) Delivery report (packing slip or a separate spreadsheet) signed and dated by the customer which clearly identifies the Contract Line Item Number(s) (CLINs) of the order. Provide a toll-free telephone number(s) to place service maintenance calls and order consumable supplies. The contractor shall affix its toll-free telephone number(s) on each device delivered under this task order. In addition, the contractor shall ensure each copier has the manufacturer s name, model number, and machine serial number legibly stamped or affixed to the copier in a readily accessible location. The contractor shall provide personnel who are capable of communicating clearly and concisely at the toll-free number(s) it provides in this paragraph. Remove all copiers and associated supplies from Government premises within 30 days after contract expiration or receipt of a valid removal order. In the case of termination, the Contracting Officer shall provide the contractor with a final cancellation and removal order depicting each copier s serial number, location, and local contact phone number. Copiers not removed by the contractor within 30 calendar days shall be deemed abandoned and subject to such disposal as the Government may deem appropriate at the contractor s expense. Before removal of devices from Government premises, the contractor shall turn over any/all components that have stored job data (e.g., hard drives, non-volatile memory, etc.) to the COR and provide written verification to the designated COR. Deliverables: Written Verification of Removal for Each Site Copier Installation Report TRAINING: The contractor shall provide training services as follows: Provide slides and a suitable number of printed materials for each student for each session. COR shall approve training materials before distribution, and may recommend changes. On-site training in English within five business days after installation to key operators. A training schedule shall be established prior to device delivery and shall be noted on the installation report. The training schedule shall show training dates and times. Each location shall be provided on-site training. It is expected that there would be at least two students (POCs) at each location. The contractor shall provide one additional training per year within three days for any location where there has been a change or turnover of trained personnel. Training Report Provide a summary of training within five business days of training completion by serial number and listing personnel trained. Deliverables: Training Session Materials for Each Site. Training Reports CONSUMABLE SUPPLIES: The contractor shall provide the following consumable supplies: All consumable supplies (including staples) necessary for the operation of the devices, excluding paper. Each site shall have adequate supplies at all times. Supplies shall be provided and shipped by the vendor. MAINTENANCE (INCLUDING OPERATIONAL STANDARDS & PERFORMANCE): The contractor shall provide maintenance services as follows: Maintain each device at a minimum 95% monthly available rate based on the 21 standard federal work days in a month. Maintaining the devices includes: preventive maintenance, service calls, repairs, troubleshooting, and connectivity as well as all associated labor and travel. Provide service technician support Monday through Friday from 8:00 a.m. 4:30 p.m. local time, except Federal Holidays. The contractor shall provide a service technician who is capable of communicating clearly and concisely with VA personnel. Respond to work stoppage situations within two business hours of a service call. A telephone call (unless it results in solving the problem) shall not be deemed as an acceptable service response. The service technician shall call the key operator within an hour to discuss service problem and time of arrival. It is estimated that 10% of service calls will be classified as work stoppage across the total device population on a yearly basis. Respond to non-work stoppage situations within four business hours of a service call. A telephone call (unless it results in solving the problem) shall not be deemed as an acceptable service response. The service technician shall call the key operator within an hour to discuss service problem and time of arrival. Inform the COR within two days of the determination that device is non-repairable and provide comparable replacement device within two business days from receipt of an order from the contracting officer. Provide a monthly print allowance: Black & White 10,000 copies per device. Provide a monthly print allowance: Color 7,500 copies per device. Provide to the COR a semiannual Preventive Maintenance (PM) and Usage Report on the total and average monthly production volumes by serial number and specific usage amounts by serial number for all devices. These reports shall include: (1) Serial numbers; (2) Locations (to include building numbers, room numbers, customer names, phone numbers, email addresses); Repair Service Report Provide service history report as a part of Monthly Progress Report in Para 5.1.2, containing frequency of service calls, production volume between repairs, type of repairs, parts required, and device down time to include all 17 copiers. Deliverables: Semiannual Preventive Maintenance and Usage Report for Each Location. Consumable Usage Report Repair Service Report DEVICE RELOCATION (OPTIONAL TASKS) The Contractor shall provide relocation services as follows: Provide relocations aggregating to an amount equal to the total number of copiers under contract for each year of the contract. (For example, if there are 17 copiers under contract then the contractor will provide up to 17 relocations per year. This may mean relocating the same copier 17 times, relocating 17 different copiers once each, or any other combination thereof each year.) Relocations shall be limited to a 200-mile radius from where the copiers to be moved are located and shall not require rigging or special handling. Copiers shall not be relocated without written approval from the designated COR. Upon completion of relocations, the contractor shall provide a delivery report to the COR to include: (1) Date of installation; (2) Copier serial numbers; (3) Delivery locations (to include building numbers, room numbers, customer names, phone numbers, email addresses). . Note: Device includes the multifunction copier/fax/scanner/printer and its ancillary items required for the copier/fax/scanner/printer to fully function as it did in its former location prior to relocation. Device relocation shall include the following depending on the needs of the Government: breakdown and packing of equipment, shipping, uncrating, re-installation and key operator training. Deliverables: Device Relocation Delivery Report GENERAL REQUIREMENTS ENTERPRISE AND IT FRAMEWORK The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OIT Technical Reference Model (One-VA TRM). One-VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. One-VA TRM includes the Standards Profile and Product List that collectively serves as a VA technology roadmap. Architecture, Strategy, and Design (ASD) has overall responsibility for the One-VA TRM. The Contractor solution shall support the latest Internet Protocol Version 6 (IPv6) based upon the directives issued by the Office of Management and Budget (OMB) on August 2, 2005 (http://www.whitehouse.gov/sites/default/files/omb/assets/omb/memoranda/fy2005/m05-22.pdf) and September 28, 2010 (https://cio.gov/wp-content/uploads/downloads/2012/09/Transition-to-IPv6.pdf). IPv6 technology, in accordance with the USGv6 Profile (NIST Special Publication (SP) 500-267 http://www-x.antd.nist.gov/usgv6/index.html), the Technical Infrastructure for USGv6 Adoption (http://www.nist.gov/itl/antd/usgv6.cfm), and the NIST SP 800 series applicable compliance (http://csrc.nist.gov/publications/PubsSPs.html) shall be included in all IT infrastructures, application designs, application development, operational systems and sub-systems, and their integration. All public/external facing servers and services (e.g. web, email, DNS, ISP services, etc.) shall support native IPv6 users, and all internal infrastructure and applications shall communicate using native IPv6 operations. Information concerning IPv6 transition in addition to OMB/VA Memoranda can be found at https://www.voa.va.gov/. The Contractor IT end user solution that is developed for use on standard VA computers shall be compatible with and be supported on the standard VA operating system, currently Windows 7 (64bit), Internet Explorer 9 and Microsoft Office 2010. However, the migration from Windows XP to Windows 7 is not yet complete within all of VA. As a result, compatibility with and support on Windows XP, Internet Explorer 7 and Microsoft Office 2007 are also required until April 2014 when Microsoft s extended support for Windows XP ends. Applications delivered to the VA and intended to be deployed to Windows XP or 7 workstation shall be delivered as a signed  .msp package and updates shall be delivered in signed .msp file formats for easy deployment using System Center Configuration Manager (SCCM) VA s current desktop application deployment tool.  Signing of the software code shall be through a VA trusted code signing authority such as Verizon/Cybertrust or Symantec/VeriSign. The Contractor shall also ensure and certify that their solution functions as expected when used from a standard VA computer, with non-admin, standard user rights that has been configured using the Federal Desktop Core Configuration (FDCC) and United States Government Configuration Baseline (USGCB) specific to the particular client operating system being used. POSITION/TASK RISK DESIGNATION LEVEL(S) AND CONTRACTOR PERSONNEL SECURITY REQUIREMENTS POSITION/TASK RISK DESIGNATION LEVEL(S) Position Sensitivity Background Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, Personnel Security Suitability Program, Appendix A) Low National Agency Check with Written Inquiries (NACI) A NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), FBI name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions. Moderate Moderate Background Investigation (MBI) A MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree. High Background Investigation (BI) A BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree. The position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the Performance Work Statement are: Position Sensitivity and Background Investigation Requirements Task Number Low/NACI Moderate/MBI High/BI 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Contractor Responsibilities: The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language. The Contractor shall bear the expense of obtaining background investigations. Within 3 business days after award, the Contractor shall provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations. The roster shall contain the Contractor s Full Name, Full Social Security Number, Date of Birth, Place of Birth, and individual background investigation level requirement (based upon Section 6.2 Tasks). The Contractor should coordinate the location of the nearest VA fingerprinting office through the COR. Only electronic fingerprints are authorized. For a Low Risk designation the following forms are required to be completed: 1.OF-306 and 2. DVA Memorandum Electronic Fingerprints. For Moderate or High Risk the following forms are required to be completed: 1. VA Form 0710 and 2. DVA Memorandum Electronic Fingerprints. These should be submitted to the COR within 5 business days after award. The Contractor personnel will receive an email notification from the Security and Investigation Center (SIC), through the Electronics Questionnaire for Investigations Processes (e-QIP) identifying the website link that includes detailed instructions regarding completion of the investigation documents (SF85, SF85P, or SF 86). The Contractor personnel shall submit all required information related to their background investigations utilizing the Office of Personnel Management s (OPM) Electronic Questionnaire for Investigations Processing (e-QIP). The Contractor is to certify and release the e-QIP document, print and sign the signature pages, and send them to the COR for electronic submission to the SIC. These should be submitted to the COR within 3 business days of receipt of the e-QIP notification email. The Contractor shall be responsible for the actions of all personnel provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident. A Contractor may be granted unescorted access to VA facilities and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC) or Closed, No Issues (SAC) finger print results, training delineated in VA Handbook 6500.6 (Appendix C, Section 9), and, the signed Contractor Rules of Behavior. However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of the Office of Personnel Management (OPM). The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor employee as determined by the Government, shall withdraw the employee from consideration in working under the contract. Failure to comply with the Contractor personnel security investigative requirements may result in termination of the contract for default. METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Performance Levels for Objectives associated with this effort. Performance Objective Performance Standard Acceptable Performance Levels Technical Needs Shows understanding of requirements Efficient and effective in meeting requirements Meets technical needs and mission requirements Offers quality services/products Satisfactory or higher Project Milestones and Schedule Quick response capability Products completed, reviewed, delivered in timely manner Notifies customer in advance of potential problems Satisfactory or higher 3. Project Staffing Currency of expertise Personnel possess necessary knowledge, skills and abilities to perform tasks Satisfactory or higher 4. Value Added Provided valuable service to Government Services/products delivered were of desired quality Satisfactory or higher The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the surveillance methods in the QASP at its own discretion FACILITY/RESOURCE PROVISIONS VA will provide access to VA specific systems/network as required for execution of the task via remote access technology (e.g. Citrix Access Gateway (CAG), site-to-site VPN, or VA Remote Access Security Compliance Update Environment (RESCUE)). This remote access will provide access to VA specific software such as Veterans Health Information System and Technology Architecture (VistA), ClearQuest, ProPath, Primavera, and Remedy, including appropriate seat management and user licenses. The Contractor shall utilize Government-provided software development and test accounts, document and requirements repositories, etc. as required for the development, storage, maintenance and delivery of products within the scope of this effort. The Contractor shall not transmit, store or otherwise maintain sensitive data or products in Contractor systems (or media) within the VA firewall IAW VA Handbook 6500.6 dated March 12, 2010. All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP s) and Authority to Operate (ATO) s for all systems/LAN s accessed while performing the tasks detailed in this PWS. For detailed Security and Privacy Requirements refer to ADDENDUM A and ADDENDUM B. GOVERNMENT FURNISHED PROPERTY N/A

VA Technology Acquisition CenterLocation

Address: VA Technology Acquisition Center

Country : United States

Classification

NAISC: 532420 GSA CLASS CODE: W
naicsCode 532420Office Machinery and Equipment Rental and Leasing
pscCode WLease or Rental of Equipment: Maintenance and Repair Shop Equipment