Combine Solicitation – 70– Installation/ Upgrade of the Hirsch Network key card system for the West Los Angeles Veteran healthcare system. Located at the Fisher House building.
| Federal Information & News Dispatch, Inc. |
Combine Solicitation - 70-- Installation/ Upgrade of the Hirsch Network key card system for the West Los Angeles Veteran healthcare system. Located at the Fisher House building.
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 70-- Installation/ Upgrade of the Hirsch Network key card system for the West Los Angeles Veteran healthcare system. Located at the Fisher House building.
Classification Code: 70 - General purpose information technology equipment
Solicitation Number: VA26214Q1461
Contact: Omar MajetteContract Specialist 562-766-2249 mailto:[email protected]
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 90073
Place of Performance Country:
Description:
Long Beach VANLO
This is a combined synopsis/solicitation for commercial items for UPGRADE HIRSCH NETWORK KEY CARD SYSTEM for the
Item # Description/Part Number* Unit Qty Price Extended Amount
1 HIRSCH COMPUTER WITH 3.1 (HMS7) Ea 1
2 HIRSCH CONTROLLER BOARD ONLY (M8CB) Ea 1
3 HIRSCH NETWORK CARD (SNIB2) Ea 1
4 CONTROL MODULE (CCM-F) Ea 4
5 HIRSCH DATA BASE REPAIR Ea 1
6 VELOCITY 3.1 SOFTWARE Ea 1
7 MEMORY EXPANSION Ea 1
8 MISC SUPPLIES Ea 1
9 CABLE COMMUNICATIONS CABLE Ea 150
10 CABLE PANEL CABLING Ea 150
11 PROJECT LABOR Hr 80
12 PROGRAM - HIRSCH Ea 1
13 FREIGHT Ea 1
SUBTOTAL (Products)
1. Introduction
The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the successful offeror in relation to the
2. Scope.
The vendor will provide all equipment, parts, cabling, accessories, hardware, firmware, software and labor to -
a. Replace the controller board and network card on the primary controller in the VAGLAHS Fisher House.
b. Add a new, Hirsh-programmed, HMS7 stand-alone computer loaded with Velocity 3.1 software to function as the system server at this time. (This computer will become a client when the overall system upgrade is completed.) This computer will not be attached to the VA network within the scope of this task order.
c. Upgrade control modules on the controllers.
d. Re-cable as needed to correct connectivity/communications issues associated with existing, erroneous controller cabling connections.
e. Copy database and send it to Hirsh for evaluation of corruption/database repair.
f. Receive and reinstall manufacturer-repaired database on newly installed computer.
g. Test the upgraded system for functionality.
3. Performance Monitoring:
Before the project begins, the contractor(s) will be meeting with the Special Operations Captain, a safety officer, IRM representative, the Security Survey Supervisor and possible the Chief of Police and Fisher House Manager, where the contractor(s) will walk through the project from beginning to end, providing detailing information of the project, how would this project interact with the day to day operations of the
Once the project is completed, a walk-through, of that was done, to ensure the project was done to specifications. This walk through would involve the Special Operations Captain, Safety Officer, IRM, the contactor(s) involved, the Security Survey Supervisor and Fisher House Manager.
4. Tasks
" The vendor shall submit a cost proposal with an associated project management plan addressing the tasks associated with the SOW.
" All written deliverables must be phrased in terms and language that can be easily understood by non-technical personnel, i.e. a person without subject matter expertise.
" All document deliverables, hard copy and electronic, must be in formats as specified-at a minimum, the formats must be in industry accepted standards.
" A kickoff meeting will be held at a location and time selected by the VAGLAHS where the vendor and its staff will be introduced.
" The vendor and/or its staff must have knowledge and expertise of the environment for which the work is to be performed.
" Perform necessary steps to accomplish objectives indicated in Scope above.
5. Hours of Operation
" Normal tour-of-duty hours at the VAGLAHS is
In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as "Legal Federal official holidays"
Veteran's Day
When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies.
6. Travel
" All travel shall be responsibility of the vendor.
" Whenever possible, conference calls and video conferencing should be used.
7. Information Security
" The vendor 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 vendor'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
" The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 "SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES" sited in section C. Contract Clauses
(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
(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
8. Contract Personnel Security
All contractor employees who require access to the
9. Completion Date
The vendor shall have all services rendered and equipment received no later than 45 working days from the date of contractor's signed acknowledged receipt of Contract Award.
10. Contract Personnel Security
All contractor employees who require access to the
11. Risk Control:
Considering that this project will be conducted at the time that patients, residents and employee(s) will be going through entrances and exits, there is always that small risk. Guidelines will be established on the project initiated that would cover risk.
12. Place of Performance.
The project will take place at the WLA Fisher House,
13. Additional Information
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, (Contract Terms and Conditions) Additional Clauses: FAR 52.204-99, System for Award Management Registration; FAR 52.211-6, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and will be incorporated in full text in subsequent award: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2,
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
52.211-6 -- Brand Name or Equal
As prescribed in 11.107(a), insert the following provision:
Brand Name or Equal (
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
The following VAAR clauses are also applicable to this acquisition:
VAAR 852.203-70 COMMERCIAL ADVERTISING (
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the
(End of Clause)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the
(End of Clause)
VAAR 852.246-70 GUARANTEE (
The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental
Link/URL: https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q1461/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2722 |



Advisor News
- Tax filing season is a good time to open a Trump Account
- Why aligning wealth and protection strategies will define 2026 planning
- Finseca and IAQFP announce merger
- More than half of recent retirees regret how they saved
- Tech group seeks additional context addressing AI risks in CSF 2.0 draft profile connecting frameworks
More Advisor NewsAnnuity News
- Allianz Life Launches Fixed Index Annuity Content on Interactive Tool
- Great-West Life & Annuity Insurance Company Trademark Application for “SMART WEIGHTING” Filed: Great-West Life & Annuity Insurance Company
- Somerset Re Appoints New Chief Financial Officer and Chief Legal Officer as Firm Builds on Record-Setting Year
- Indexing the industry for IULs and annuities
- United Heritage Life Insurance Company goes live on Equisoft’s cloud-based policy administration system
More Annuity NewsHealth/Employee Benefits News
- Data from University of Michigan Provide New Insights into Managed Care (Attitudes About Administrative Burdens for Beneficiaries and Dental Care Providers in Medicaid): Managed Care
- Study Data from St. Christopher’s Hospital for Children Provide New Insights into Managed Care (Emergency Dental Care in the ACA Era: Rural-Urban Disparities and Their Association With State Medicaid Policy): Managed Care
- Researchers from University of California Discuss Findings in COVID-19 (Assessing the Use of Medical Insurance Claims and Electronic Health Records to Measure COVID-19 Vaccination During Pregnancy): Coronavirus – COVID-19
- 85,000 Pennie customers dropped health plans as tax credits shrank and costs spiked
- Lawsuit: About 1,000 Arizona kids have lost autism therapy
More Health/Employee Benefits NewsLife Insurance News