Computer Hardware Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Under Statutory Authority 41 U.s.c. 1901 The Va Great Lakes Acquisition Center (glac) Intends To Negotiate A Sole Source Contract With Jaeger Medical American Medical Inc. the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. this Acquisition Is Conducted Under The Authority Of 41 U.s.c. 1901 Simplified Acquisition Procedures As Implemented In Far 13.106-3(b)(3)(i), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. This Will Be A Firm Fixed Price Contract For A Base Plus (3) Three Option Year Contract. The Naics Code Is 811210. this Notice Of Intent Is Not A Request For Competitive Quotes. No Solicitation Documents Are Available And Telephone Requests Will Not Be Honored. However, If A Firm Believes It Can Meet The Requirements It Must Furnish Information About Its Products And Services, As Well As References From Other Customers Who Are Using These Products And Service To The Contracting Officer By 10:00am (cst) 02/04/2025 Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Comply With The Above Requirements. Responses Received Will Be Evaluated. However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. If No Responses Are Received, The Contracting Officer Will Proceed With The Sole Source Negotiation With The Jaeger Medical American Medical Inc. capability Statements Shall Be Submitted By Email Only As A Ms Word Or Adobe Pdf Attachment To Della Bond At Della.bond@va.gov. Telephonic Inquiries Will Not Be Accepted. statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Page 3 Of 3 sources Sought Synopsis the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Firms Having An Interest In And The Resources To Support A Requirement For The Vyntus Cpx/flex Plan Service Contract At The Jesse Brown Va Medical Center (jbvamc. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. tentative Requirements: statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award. if Your Company Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:1) Company Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Company; 2) Tailored Capability Statements Addressing The Particulars Of The Above Statement Of Work And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Companies Should Address The Administrative And Management Structure Of Such Arrangements; And 3) Confirmation Your Company Can Meet The Limitations Of Subcontracting Should They Apply (see Below) the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Synopsis And Other Market Research, This Requirement May Be Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) (limitation Of Subcontracting Would Apply), Small Businesses (limitations On Subcontracting Would Apply) Or Procured Through Full And Open Competition, Or Procured Through Sole Source Contract. limitations On Subcontracting 13 Cfr §125.6 Will Apply To Any Procurement Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) Or Small Businesses. 13 Cfr §125.6 States: (a) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than The Simplified Acquisition Threshold (as Defined In The Far At 48 Cfr 2.101) In Paragraph (a) Introductory Text; And An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (1) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. before Any Small Or Large Business Can Be Awarded A Federal Contract, A Contracting Officer (co) Must Affirmatively Determine That The Firm Is Responsible To Perform The Specific Contract It Is Otherwise In Line To Receive. If An Apparent Small Business Successful Offeror Is Denied A Contract Award Because It Lacks Certain Elements Of Responsibility, The Co Will Refer The Matter To The Small Business Administration. Once A Co S Referral Is Received By The Sba S Area Office, The Sba Will Then Inform The Small Business Of The Co S Determination And Offer It The Opportunity To Apply To The Sba For A Certificate Of Competency By A Specific Date. Burden Of Proof Is On The Small Business To Demonstrate That It Meets Specific Coc Eligibility Criteria. after Award, If A Co Or Other Va Officials Determine A Review Of Limitations On Subcontracting Compliance Is Warranted Based Upon Reasonable Information Of Possible Noncompliance, A Request For Review Will Be Submitted To Va S Subcontracting Compliance Review Program. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 10:00 Am Cst On January 17, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Della.bond@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: The California Institute Of Technology’s (caltech’s) Jet Propulsion Laboratory (jpl), Located At 4800 Oak Grove Drive, Pasadena, Ca 91109, Is Issuing The Subject Rfi To Obtain Information To Assess Current Industry Manufacturing And Technical Capabilities And Receive Rom Cost And Schedule Estimates Supporting The Development Of Various Sosa S3c & Hpsc Based Turn-key Products. glossary pic = Plug-in Card cfe/cfs = Core Flight Executive / Core Flight Software sosa = Sensor Open System Architecture s3c = Sosa Space Sub Committee f’ = F Prime Jpl Open-source Flight Software Framework sbc = Single Board Computer psc = Power Supply Card purpose nasa Is Seeking To Spur The Development Of An Industry Wide Ecosystem Of Standardized Interoperable Cards That Can Be Used To Implement Complete Spacecraft Avionics Systems Based On The Sosa™ S3c Profiles. To Guarantee Interoperability The Sosa™ Space Subcommittee, Comprising Members From Nasa, Ussf And Industry, Have Been Working On A Spacecraft Avionics Standard Derived From The Vita 78 (space Vpx) Specification. Initial Elements Of The Standard Are Documented In The Recently Released Sosa Standard Snapshot 3(see Sosa Space Appendix), Which Has Garnered Broad Industry Support. The Purpose Of This Rfi Is To Gather Information Which Could Eventually Lead To A Jpl Rfp Soliciting The Development Of One Or More S3c Spacevpx Compliant Development Kit(s) For Both Commercial Industry And Government Organizations. To This End, Information Is Requested Related To Integrated Development Kits, As Well As Constituent Products That Can Be Included In A Development Kit (i.e. Pics, Pscs, Software). Nasa Is Proposing Sbcs In This Development Kit Be Based On The High-performance Spaceflight Computing (hpsc) Processor, Currently In Development With Microchip Technology Inc. In A Partnership With Nasa And Jpl, Using The Sosatm S3c Sbc Slot Profile. overview the Development Kit Is Part Of A Broader Nasa Effort To Advance Space-based Computing Through The Sensor Open System Architecture (sosa™) And Its Space Subcommittee (s3c). The Sosa™ S3c Aims To Create A Standardized And Interoperable Framework For Space Systems, Encouraging Collaboration Among Government Agencies, Industry, And Academia To Develop Interoperable Hardware And Software Solutions. This Effort Will Support The Creation Of Turn-key Systems For Testing, Development, And Flight, Enabling More Efficient And Cost-effective Space Mission Planning And Execution​​. background nasa’s High Performance Spaceflight Computing (hpsc) Project Is Delivering Purpose-built Space Computingtechnologyfor High Performance Computing. The High-performance Spaceflight Computing (hpsc) Project, A Collaboration Between Nasa And Microchip Technology Inc., Is Finalizing A Cutting-edge, Radiation-hardened Flight Processor That Offers 100 Times The Computational Power Of Current Spaceflight Computers. It Will Provide High Performance Ai Dataflow Processing With Scalable Vector Computing Capabilities That Are Critical For The Science And Autonomy Needs Of Future Advanced Space Systems. hpsc Is Fault-tolerant: Specially Designed To Survive In Space And Contains Features That Ensure It Can Operate Correctly And Provide Reliable Results In The Harshest Of Natural Space Environments. This Ensures The Most Critical Operations Such As: robotically Landing On Or Flying On Another Planet supporting Astronauts Far From The Earth operating Near Small Bodies In The Outer Solar System hpsc Builds On Industry-standards. The Core Of The Hpsc Design Is An Industry Standard Risc-v Based Cpu Bundled With Significant Fault And Radiation Tolerance, And A Full Security Suite As Well As All The Software Required To Run It. The Hpsc Also Includes A Suite Of Features And Industry-standard Interfaces And Protocols Not Previously Available For Space Applications. hpsc Offers A Variety Of Advanced Capabilities: space-grade 64-bit Processor Architecture: Includes Eight Sifive Risc-v X280 64-bit Cpu Cores Supporting Virtualization And Real-time Operation, With Vector Extensions That Deliver Up To 2 Tops (int8) Or 1 Tflops (bfloat16) Of Vector Performance For Implementing Ai/ml Processing For Autonomous Missions. high-speed Network Connectivity: Includes A 240 Gbps Time-sensitive Networking (tsn) Ethernet Switch For 10gbe Connectivity. Also Supports Scalable And Extensible Pcie® Gen 3 And Compute Express Link™ (cxl™) 2.0 With X4 Or X8 Configurations And Includes Rmap-compatible Spacewire Ports With Internal Routers. low-latency Data Transfers: Includes Remote Direct Memory Access (rdma) Over Converged Ethernet (rocev2) Hardware Accelerators To Facilitate Low-latency Data Transfers From Remote Sensors Without Burdening Compute Performance – Maximizing Compute Capabilities By Bringing Data Close To The Cpu. platform-level Defense Grade Security: Implements Defense-in-depth Security With Support For Post-quantum Cryptography And Anti-tamper Features. high Fault-tolerance Capabilities: Supports Dual-core Lockstep (dcls) Operation, Worldguard Hardware Architecture For End-to-end Partitioning And Isolation, And An Onboard System Controller For Fault Monitoring And Mitigation. flexible Power Tuning: Includes Dynamic Controls To Balance The Computational Demands Required By The Multiple Phases Of Space Missions With Tailored Activation Of Functions And Interfaces. for More Information On The Hpsc Capabilities Please Contact Microchip Technology Inc. (tao.lang@microchip.com) sosa™ S3c/hpsc Development System Overview the Sosa™ S3c/hpsc Development System Comprises A Lab-grade Hardware Suite And Accompanying Software That, Together, Offer A Versatile Platform For Developing And Testing Hardware And Software For Space Applications. These Systems Should Have A Viable Path To And Should Be Form, Fit, And Function Equivalent To An Eventual Flight Model. Below Are Some Examples Use Cases That Highlight The Potential Applications And Benefits Of The Development System: development Of Flight Software: use Case: Engineers Can Use The Development System To Develop And Validate Flight Software Such As Nasa’s Core Flight Executive/core Flight Software (cfe/cfs) And The F Prime (f’) Framework Developed By Jpl. benefits: This Allows For Thorough Testing In A Controlled Environment, Ensuring That The Software Performs Reliably Under Different Conditions. hardware Integration And Testing: use Case: The Development System Can Be Used To Integrate Various Pics And Other Infrastructural Hardware Elements Into A Multi-slot S3c Chassis. This Includes Components Like Pscs, Sbc, Data Storage Cards, Io Expanders, And More. benefits: This Facilitates Comprehensive Hardware Testing, Ensuring Compatibility And Functionality Of Different Components Within The System. prototype And Engineering Model Development: use Case: The System Can Support The Development Of Prototypes And Engineering Models Of Flat Sats And Similar Flight Systems. These Prototypes Can Be Tested For Various Parameters, Including Performance, Reliability, And Resilience To Environmental Factors. benefits: Early Identification And Resolution Of Potential Issues, Leading To More Robust And Reliable Flight Systems. educational And Training Purposes: use Case: Academic Institutions And Training Centers Can Use The Development System To Educate Students And Professionals About Space System Design And Testing. benefits: Provides Hands-on Experience With Real-world Hardware And Software Used In Space Missions, Enhancing The Skills And Knowledge Of The Next Generation Of Aerospace Engineers. collaborative Development And Standardization: use Case: The System Can Be Used By Different Organizations (e.g., Nasa, Jpl, Afrl, Aerospace Primes) To Collaboratively Develop And Refine Standards For Space Systems, Such As Those Defined By The Sosa™ S3c. benefits: Promotes Interoperability And Standardization Across Different Space Missions And Organizations, Leading To More Efficient And Cost-effective Development Processes. performance Benchmarking And Validation: use Case: The Development System Can Be Used To Benchmark The Performance Of Various Hardware And Software Configurations, Ensuring That They Meet The Required Specifications For Space Missions. benefits: Provides Validated Performance Data, Helping Stakeholders Make Informed Decisions About Hardware And Software Choices Before Making Large Investments In Hardware, Software, And Systems Development. custom Configuration And Flexibility Based On Industry Standards: use Case: Users Can Configure The System With Different Pics And Software Elements To Suit Specific Mission Requirements. The Development System Supports Various Operating Systems, Including Linux Variants And Real-time Operating Systems Like Vxworks. benefits: Offers Flexibility To Tailor The System To Specific Needs, Ensuring That It Can Be Adapted To A Wide Range Of Applications Based On An Industry Standard Platform Which Reduces Time-to-market And Time-to-flight, Reduces Project Cost And Reduces Project Risk. these Examples Demonstrate The Versatility And Utility Of The Sosa™ S3c/hpsc Development System, Highlighting Its Potential To Significantly Advance The Development And Testing Of Space Systems. for More Detailed Information On The Hpsc Project And Its Applications, Refer To The Following Sources: high Performance Spaceflight Computing (hpsc) - Nasa (link Below) sosa™ S3c/hpsc Development Kit Specifications turn-key Lab Development System/testbed (not For Environmental Or Flight Testing) Comprising: a. Multi-slot S3c Chassis With Cards (examples: Psc, Hpsc Sbc, Data Storage, Ssd, External I/o), Operating System With Appropriate Test And Debug Capability For Basic Software Development And Hardware Testing (of The Delivered Unit), And Chassis Management Software. b. The Initial Product Could Feature A 3u 8-slot Backplane/chassis And A Single Psc And Sbc With Appropriate Software. c. The Initial Product May Consist Of Non-flight Parts But Will Include A Pathway To Upgrade To Flight-certified Components. d. The Initial Product Should Incorporate Either A Linux Variant Or One Of The Standard High-end Real-time Operating Systems Like Vxworks, Along With Compilers, Standard Debuggers, And Other Development System Elements For The Hpsc Sbc. The Delivered Chassis Should Include Interfaces For Integrating Other Pics And Software Elements, Ipmc Functions, And Chassis Managers. e. A User’s Guide Should Be Provided. 2. Elements (building Blocks) Of A Sosa S3c System That Allow Users To Configure Their Own Hardware And Software Solutions, Including The Turn-key System Above And Potentially Other Pics As Defined In The Standard. 3. Turn-key Testbed Support Equipment To Complement The Sosa S3c System. This May Include Rack Hardware, Development Computers And Monitors, Network Support Equipment, Additional Capacity For Analysis Equipment, Cooling Solutions, And Power Management. summary Of Sosa™ S3c/hpsc Development Kit nasa Seeks Information Leading To The Potential Development, In A Public-private Partnership, Of A Sosa S3c/hpsc Development System And Testbed. Both Input From Potential Developers And Potential Users Is Requested. The Development Kit Should Encompass: hardware, E.g., Psc/pics And Ancillary Infrastructural Hardware Elements. software, E.g., Full Package To Support Sosa S3c Chassis And Cards As Well As Configuration Software And Any Software Needed For The Testbed Support Equipment. to Identify Potential Industries And Partners Nasa Seeks The Below Information: technical Specifications And Costing: turnkey System: Provide Concept Specifications, Rom (rough Order Of Magnitude) Costing, And Deployment Schedule Estimates For A Complete Sosa S3c/hpsc Development System And Testbed. constituent Elements: Technical Concept Specifications, Rom Costing, And Integration Schedules Estimates For Individual Pics, Software And Components Needed For Assembly. 2. Alternative Approaches: propose Possible Alternative Configurations Or Technologies That Can Reduce Costs And Improve Utility While Meeting The Primary Objectives Outlined. 3. Provider Capabilities identify Your Ability To Provide Pics Or Fully Integrated Development Systems. 4. Funding specify Schedule Estimates, Estimated Resource Requirements, And Potential For Cost Sharing Versus The Need For Nasa Non-recurring Engineering (nre) Support. 5. Market Size And Marketing Approach: provide An Analysis Of The Market Size And Growth Potential Within The Space Sector For The Sosa S3c/hpsc System And Testbed. outline Your Marketing Approach, Including Strategies To Penetrate Non-space Markets Such As Defense, Broader Aerospace, And Industrial Automation. 6. Storefront/customer Support Approach: describe Your Storefront Or Online Platform Where Customers Can Access Information, Place Orders, And Receive Support For Aerospace Systems. detail Your Customer Support Strategy, Including Technical Assistance, Training Programs, And Maintenance Services. 7. Manufacturing Capability: detail Any Manufacturing Capabilities Relevant To Producing Components Or Systems For Aerospace Applications, Including The Following: quality Assurance: Explain Your Quality Control Measures And Certifications (e.g., As9100) Ensuring The Reliability And Performance Of Aerospace Components. electronic Testing: Outline Your Capabilities In Electronic Testing And Verification To Meet Stringent Aerospace Requirements. mechanical/electronic Packaging Design: Describe Your Expertise In Designing Robust And Space-efficient Mechanical And Electronic Packaging Solutions Suitable For Aerospace Environments. additional Information the Requested Information Is For Preliminary Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That Jpl Will Solicit You For Such Procurement In The Future. Neither Jpl Nor The Government Will Be Responsible For Any Costs Incurred By You In Furnishing This Information. the North American Industry Classification System (naics) Code And Description For This Acquisition Is 334511 Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Size Standard For This Naics Code Is 1,350 Employees. Additional Information Can Be Found Here: Https://www.sba.gov/document/support-table-size-standards. perspective Subcontractors Are Advised That Any Information Provided Shall Be Deemed To Be Furnished With Unlimited Rights To Jpl, With Jpl Assuming No Liability For The Disclosure, Use Or Reproduction Of Such Data. please Provide The Requested Information By January 31, 2025 Via Email To: jpl Subcontracts Manager, Gabriel.obregon@jpl.nasa.gov. if You Have Any Questions About This Rfi, Please Contact The Undersigned.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions...+1Telecommunication Services
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Intended Contract Is A Firm-fixed Price. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following In Support Of Va Portland Healthcare System, Portland, Oregon 97239-2964. va Portland Healthcare System Has A Need For A Base Plus Four-year Contract To Provide Software Maintenance And Support Services For Their Vocera Point-to-point Communication System. This Is A Brand Name Or Equal Requirement Where The Proposed Software Must Be Compatible With The Existing System. there Is No Naics Code Waiver. Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By A Authorization Letter Or Other Documents From Oem. 1. Contract Title. Wireless Communications Solution 2. Background. Reliable And Effective Communication Is An On-going Issue For Both Direct Patient Care And Clinical And Non-clinical Critical Support Services. Va Portland Health Care System (vaporhcs) Has Identified A Strategic Initiative To Implement A State-of-the-art Hands-free Wireless Communications Solution To Improve Veteran Care, Including Safety And Satisfaction As Well As Staff Efficiency. This Solution Is Based On Best Practices At Puget Sound Va As Well As Over Eighty (80) Other Va Facilities Nation-wide. This Solution Has Been Deployed At Vaporhsc For Nearly 5 Years. This System Is Used Hospital Wide For Securely Broadcasting Voice Messages Immediately To Select Staff, Individuals Or Groups On A Prioritized Basis To Facilitate Routine And Urgent Communication Requirements. It Is Also Connected Into The Hospital Nurse Call System, The Philips Monitoring System, The Current And Future Electronic Health Record (vista And Cerner, Or Equivalent) And Other Hospital Systems To Provide Real-time Communication/alerts Directly To The Assigned Clinical Staff. Improving Communication For Our Mission-critical Mobile Environment Enables Healthcare Professionals And Support Staff On All Levels To Work More Efficiently, Reduce Alarm Fatigue, Reliance On Old Pager Technology For Alerts, And Improve Employee And Patient Satisfaction. 2.1 Price/cost Schedule. item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01339 0002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01930 0003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01929 0004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01742 0005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01111 0006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02050 0007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02080 0008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02078 0009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02077 0010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01965 0011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-04137 0012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00430 0013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00438 0014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00435 0015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 240-01405 1001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01339 1002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01930 1003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01929 1004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01742 1005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01111 1006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02050 1007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02080 1008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02078 1009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02077 1010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01965 1011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-04137 1012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00430 1013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00438 1014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00435 1015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 240-01405 2001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01339 2002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01930 2003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01929 2004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01742 2005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01111 2006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02050 2007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02080 2008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02078 2009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02077 2010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01965 2011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-04137 2012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00430 2013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00438 2014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00435 2015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 240-01405 3001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01339 3002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01930 3003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01929 3004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01742 3005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01111 3006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02050 3007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02080 3008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02078 3009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02077 3010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01965 3011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-04137 3012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00430 3013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00438 3014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00435 3015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 240-01405 4001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01339 4002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01930 4003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01929 4004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01742 4005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01111 4006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02050 4007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02080 4008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02078 4009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02077 4010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01965 4011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-04137 4012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00430 4013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00438 4014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00435 4015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 240-01405 grand Total __________________ 3. Applicable Documents. In Performance Of The Tasks Associated With This Performance Work Statement, The Contractor Shall Comply With The Following: 44 U.s.c. § 3541,â  Federal Information Security Management Act (fisma) Of 2002 fips Pub 201, Personal Identity Verification Of Federal Employees And Contractors, March 2006 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 va Directive 0710, Personnel Suitability And Security Program, September 10, 2004 va Directive 6102, Internet/intranet Services, July 15, 2008 36 C.f.r. Part 1194 Electronic And Information Technology Accessibility Standards, July 1, 2003 office Of Management & Budget (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) va Directive 6500, Information Security Program, August 4, 2006 va Handbook 6500.6, Contract Security, March 12, 2010 program Management Accountability System (pmas) Portal (reference Pws References Technical Library At Https://www.voa.va.gov/) national Institute Standards And Technology (nist) Special Publications 4. Scope. The Contractor Shall Deliver To The Government A Communications Solution (referred To Heretofore As The System) Which Uses A Wearable Badge And An Application Installed On Government Furnished Equipment (gfe) Iphone To Link A Variety Of Hospital Systems Together To Streamline Facility-wide Communication. The System Shall Be Capable Of Bidirectional Communication Of Patient Information With Vista/cprs And Cerner (or Equivalent) Ehmrs (detailed In Section 6.6.x Integration Capabilities). The Contractor Shall Provide Software, A Perpetual Software License, Hardware, Installation, Implementation, Training, Software Maintenance, Upgrades, And Technical Support Services. Across All Tasks And Deliverables, The Contractor Shall Provide Project Planning And Management Support. More Details Regarding Specific Deliverables Are Provided Below. 5. Installation And Implementation: The Contractor Shall Provide All Services And Supplies Required To Install The System At The Portland And Vancouver Va Campus Locations, Including The Setup, Configuration, And Testing Of All Virtual Servers And Interfaces Required To Achieve Integration Of The System. The System Will Be Scalable With Supporting Quantities Of Badges And Smart Badges For The Portland Campus And Badges For The Vancouver Campus. They Are Replaced As The Need Becomes Necessary. 5.1 The Contractor Shall Provide An On-site Readiness Assessment Covering The Portland And Vancouver Va Campuses. This Assessment Will Examine The Current Network Infrastructure, Including Wi-fi Hardware And Coverage, To Determine Its Ability To Support The System. 5.1.1 The Contractor Will Make Recommendations To The Va Regarding Any Changes Or Additions To The Current Network Infrastructure Which Would Be Necessary For Successful Implementation And Sustainment Of The System. 5.2 The Contractor Shall Conduct A Series Of Call Flow Design Sessions. The Design Sessions Will Consist Of Clinical Call Flow Analyses To Develop Clinical Roles, Groups, Forwarding, Naming Conventions, And Permanent And Temporary Group Parameters. 5.2.1 The Contractor Shall Also Document, Design And Develop Room Groups For Staff Assignments, Allowing End User Association With Room/group Roles Nested Within The Call Flow Design. 5.2.2 The Design Calls Shall Also Include Functional And Technical Design For Any Interfaces With 3rd Party Systems. 5.2.3 Contractor Shall Perform Analysis With Biomed And Information Technology Departments To Ensure Proper Integration With Current Hospital Systems, I.e. Nurse Call System. 5.2.4 The Contractor Shall Produce Visio Or Equivalent Diagram(s) To Document The Call Flows And Integrations With External Systems (phones, Nurse Call, Etc.) As Discussed In The Design Sessions. 5.3 The Contractor Must Receive Written (such As Via Email) Acceptance Of The Key Deliverables Listed Below From The Va Prior To Proceeding With System Implementation. 5.3.1 Initial Site Readiness Survey 5.3.2 Workflow/system Design, Including Call Flows & Any 3rd Party Integrations 5.3.3 Project Plan (including Any Decisions Regarding Timeline, Options For Staggered Rollout, Etc.) 5.4. Change Orders For The Project Plan Must Be Initiated By The Va In Writing (such As Via Email) And Mutually Agreed Upon Prior To Institution Of Any Changes. 5.5 Installation And Implementation Shall Not Be Considered Complete Until The Government Has Verified That The System Is Fully Functional And Available For Use Without Further Configuration And/or Programming, By Trained Va Staff, At All Required Locations. 5.6 The Contractor Must Comply With National And Local Va Policies Regarding On-site Work, Including (but Not Limited To) As Applicable: Online Training, Contractor Orientation, Notification Policy For Work On-site, Icra/ilsm Development, Obtaining Piv Or Other Credentials. 6. System Performance: The Contractor Shall Deliver A System To Va That Includes And Meets Or Exceeds The Following: 6.1 The System Shall Be Designed, Installed, And Implemented To Deliver 95% Or Better System Uptime. 6.2 The System Shall Provide, At Minimum, The Following Functionality: 6.2.1 Provide A Communication Solution Using A Badge Or Smart Badge With An Application Installed On Gfe Phones That Links A Variety Of Hospital Systems Together To Streamline Facility-wide Communication. 6.2.2 Reduce Alert Fatigue By Creating Workflows That Direct The Right Alerts To The Right People And Reduce Extraneous Alerts. consolidate The Numerous Existing Communication Devices Into One Wireless Device. improve Efficiency And Patient Safety By Reducing The Need To Check The Computer For Stat Orders Or Return To The Nurses Station To Answer Call Lights. ability To Be Used Inter-departmentally Throughout The Facility. provide A Variety Of Device Options To Accommodate Needs Of Various Clinicians And Support Staff: Voice-controlled/hands-free Badge With Breakaway Lanyard, Ability To Add Vendor Application To Existing Gfe, Iphone, Desktop App. automated Communication Workflows And A System Which Links Into Existing Hospital Notification And Alarm Systems. ability To Track Usage Data On The System And Devices. user And Group Management Functionality: active Directory Information Can Be Used To Create And Manage User And Group Information And Workflow. end-user Privilege Management: User Configuration Options, Group Configuration Options, Configurable Group Privileges, Assignment Of Management Authority. contractor Shall Provide A Full-time, Onsite System Administrator To Help Configure And Test User Profiles, Manage User Accounts And Reset Passwords. integration Capabilities: integrate With The Current Vista Computerized Patient Record System (cprs) And Cerner (or Equivalent) For Various Notifications. I.e. Stat Orders, Critical Lab Results, Prn Effectiveness, Etc. any Software Which Would Need To Be Utilized By End Users Shall Be Trm-approved So It May Be Allowed To Be Installed On It Workstations And Not Require Purchase Of Additional Computers. any Mobile Aspect Of The Solution Should Have Approval By The Va To Be Accessed On Gfe Mobile Ios Phones. integration With Current And Future Planned 3rd Party Systems: -centrak Patient Elopement System (for Vancouver) -code Blue Paging System -bed Management System -current Nurse Call System Using Either Spok Or Engage To Link To Badges -getwell Network -facility Pagers -transport Communication Devices -cisco Desk/mobile Phones -external Phones (sms) -email -active Directory -virtual Patient Monitoring hardware Requirements: 6.5.1 The Contractor Shall Provide A System Which Can Be Operated Exclusively On A Virtual Server Platform Which Requires No Physical Hardware. 6.5.1.2 The Va Will Provide The Virtual Servers Required For The System For The Portland And Vancouver Va Campuses. contractor Shall Provide All Materials (hardware, Licenses, Software, Etc.) Required To Establish Complete And Separate Systems For The Portland And Vancouver Campuses. contractor Shall Provide All Device Hardware, Batteries, And Chargers Required For Complete Deployment Of The Proposed System. all Wireless Communication Devices Must Be Fips 140-2 Certified. devices Must Be Resistant To Background Noise And Have Voice Recognition Capabilities To Support Use In High Noise Environments. batteries Should Have The Ability To Do A Hot Swap. Battery Life Must Last For An Entire 12-hour Shift. Minimum: 3 Hours Of Talk Time. device Must Have Privacy Options Or Headset Jacks. devices Must Be Durable And Resistant To Breaking Caused By Drops, Or Normal Wear And Tear. voice-controlled/hands-free Device Should Be Lightweight. No More Than 3.5 Oz. Including The Battery. devices Must Work On A Shared Device Model (log In And Out Of The Device By Multiple Users). network Requirements: system Shall Utilize The Existing Government Owned And Operated Network. contractor Shall Provide Recommended Upgrade Specifications For Government Owned And Operated Networks, To Be Acquired And Installed Under Separate Contract, Including Ongoing Consultation And Recommendations As System Upgrades Are Disseminated, Throughout The Life Of The Contract. initial And Ongoing Maintenance, Support, And Service: contractor Shall Provide Nursing Assignment Integration. contractor Shall Certify 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 Not Install And/or Implement Any Custom, Alpha, Or Beta Developmental Software Versions, Modules, Plug-ins, Etc. Beyond The Version(s) Specified Within The Original Proposal Without Written Contracting Officer Approval Prior To Installation Of The Same. contractor Shall Provide An Initial List Of Any/all 3rd Party Software Components Included In The System And Update 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. contractor Shall Provide A Complete Description Of The Licensing Model(s) Employed At The Time Of Original System Installation And Not Change The Licensing Model Without Written Approval From The Contracting Officer. contractor Shall Maintain And Provide An Initial And Updated List Of Any/all Known Compatibility Issues To Include Issues With Antivirus Software. contractor Shall Provide Ongoing Operating System And Database Updates Throughout The Life Of The Contract At No Additional Charge. contractor Shall Provide A Persistent, Full-time Employee To Serve As A System Administrator, Whose Duties Shall Include The Following: be Assigned To Physical Workspace At The Va Portland Va Health Care System. begin Working With The Va From The Start Of The Planning/implementation Phases Of The Project. serve As Ongoing Trainer For New And Existing Employees, As Well As For Back-up System Administrators Identified By Va. configure And Test Existing And New User Profiles Or Groups In The System. manage User Accounts, Password Resets. assist With Design And Creation Of New Workflows Throughout The Life Of The System As Identified By Va Portland Or Vancouver Staff On An Ongoing Basis. This Includes Integration With Future Hospital Technologies Such As Upgraded Nurse Call System. contractor Shall Provide Remote System Support Via Vpn/remote Access (note: Contractor Shall Utilize The Va National Site-to-site Vpn, Or The Contractor Shall Work With The Office Of Cyber And Information Security And Visn20 Information Security Officers To Establish A Client-based Vpn). contractor Shall Notify The Cor (or Poc If Cor Is Not Available) Within Two (2) Business Hours When Any System Failures Occur That Impair The Ability Of The Contractor To Provide Full Functionality Of The System. contractor Shall Provide A Va Directive 6550 V3 Document For Any Part Of The Solution Considered By The Va To Be A Candidate For Medical Device Isolation Architecture Or Specialized Device Isolation Architecture. contractor Shall Attend Meetings 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 Meetings 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 Work With The Government To Design And Implement Any Changes To The System Configuration Or Integrations With External Systems, As Deemed Necessary By The Government And Mutually Agreed Upon By The Government And The Contractor. 7. Software/software License, Software Maintenance. 7.1 Contractor Is Required To Provide Software, Software License, Software Maintenance Services, And Technical Support For The System. Distribution Of Maintenance Copies Shall Be Accomplished By Using An Appropriate Magnetic, Electronic, Or Printed Media. As Further Defined Below, Software Maintenance Includes Periodic Updates, Enhancements And Corrections To The Software, And Reasonable Technical Support, All Of Which Are Customarily Provided By The Contractor To Its Customers. (1) Definitions. (a) Licensee. The Term Licensee Shall Mean The U.s. Department Of Veterans Affairs ( Va ) And Is Synonymous With Government. (b) Licensor. The Term Licensor Shall Mean The Software Manufacturer Of The Computer Software Being Acquired. The Term Contractor Is The Company Identified In Block 17a On The Sf1449. If The Contractor Is A Reseller And Not The Licensor, The Contractor Remains Responsible For Performance Under This Contract. (c) Software. The Term Software Shall Mean The Licensed Computer Software Product(s) Cited In The Schedule Of Supplies. (d) Maintenance. The Term Maintenance Is The Process Of Enhancing And Optimizing Software And Hardware, As Well As Remedying Defects. It Shall Include All New Fixes, Patches, Releases And Updates, As Further Defined Below. (e) Technical Support. The Term Technical Support Refers To The Range Of Services Providing Assistance For The Software Via The Telephone, Email, A Website, Or Other Format. (f) Release Or Update. The Term Release Or Update Are Terms That Refer To A Revision Of Software Or Hardware That Contains Defect Corrections, Minor Enhancements, Or Improvements Of The Software And/or Hardware Functionality. This Is Usually Designated By A Change In The Number To The Right Of The Decimal Point (e.g., From Version 5.3 To 5.4). 7.2 The Software License Provided To The Government Is A Perpetual, Nonexclusive License To Use The Software. 7.3 The Software Shall Be Used In A Networked Environment. Any Dispute Regarding The License Grant Or Usage Limitations Shall Be Resolved In Accordance With The Disputes Clause Incorporated In Far 52.212-4(d). All Limitations Of Software Usage Are Expressly Stated In The Sf 1449 And The Performance Work Statement. 7.4 Contractor Shall Provide Va 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. 7.5 If The Government Allows The Maintenance And/or Technical Support To Lapse And Subsequently Wishes To Reinstate Maintenance And Technical Support, Any Reinstatement Fee Charged Shall Not Exceed The Amounts That Would Have Been Charged If The Government Had Not Allowed It To Lapse. 7.6 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. 8. Project Management. 8.1 The Contractor Shall Establish A Single Management Focal Point, The Project Manager (pm), To Accomplish The Administrative, Managerial Aspects Of This Effort. 8.2 The Contractor Shall Prepare And Deliver A Contractor Project Management Plan (cpmp) That Lays Out The Contractor S Approach, Timeline, And Tolls To Be Used In Execution Of The Pws. The Cpmp Should Take The Form Of Both A Narrative And Graphic Format That Displays The Schedule, Milestones, Risks, And Resource Support. The Cpmp Shall Clearly State How The Contractor Shall Coordinate And Execute Planned, Routine, And Special Data Collection Reporting. 8.3 The Contractor Shall Be Responsible To Proactively Manage Project Risk. The Contractor Shall Perform All Tasks In Accordance With Applicable Va Policies, Directives And Guidance Related To Technology, Enterprise Architecture, And It Governance. The Contractor Shall Create, Maintain, Analyze, And Report Integrated Project Plans And Schedules For The Project, As Defined Below. 8.4 The Contractor Shall Conduct A Kick-off Meeting With The Contracting Officer Representative (cor) And Other Government Representatives Within Ten (10) Calendar Days After Award. The Contractor Shall Present Its Program Plan, Which Includes The Staffing Plan, Contact Information For All Task Participants, Schedule, And Identification Of Key Risk Points, And Mitigation Plans. The Contractor Shall Provide A Schedule Which Will Identify Detailed Tasks And Sub-tasks, Including Task Duration, Milestone Dates, Task Dependencies, Resource Requirements, And Planned Dates For Initial And Final Deliverables. Working Collaboratively With The Government, The Contractor Shall Finalize All Planning And Submit Final Plans To The Cor Following The Meeting. 8.5 The Contractor Shall Provide Activity Reports Bi-weekly Or When Requested By Va Staff. 8.6 The Contractor Shall Utilize Project Metrics To Track, Manage, And Analyze Task Progress And Communicate Findings To The Cor To Ensure Appropriate Focus On Critical Attention Areas. 8.7 The Contractor Shall Create, Maintain, And Apply A Project Schedule For Assigned Projects. The Schedule Shall Identify And Document All Critical Paths Risks And Issues And Include All Applicable Universal Project Milestones. 9. Training. 9.1 The Contractor Shall Provide On-site Training For The Va Employee Groups Listed Below During The Employees Scheduled Shift And Shall Achieve The Training Goals Indicated For Each Group. 9.2 Va Employee Groups Include Technologists, Physicians, Nurses, Housekeepers, Administrative Staff, And Other Health Care Professionals. Training For Each Group Shall Be Provided By Qualified Trainers. It Shall Focus On Actual Use Of The System In A Clinical Setting. The Goal For This Training Is That Trained Staff Shall Be Able To Successfully Utilize Available Features Including Optimizing The System With Little Or No Contractor Support. 9.3 The Contracted Administrator Shall Be Provided Administration Background And Training. Upon Completion Of Training, Contracted Administrators Shall Be Able To Provide Local End-user Support, I.e. Able To Answer/resolve At Least The Top Ten Most Common End-user Questions/issues. Trained Contracted Administrators Shall Be Able To Provide End-user Training. Contracted Administrators Shall Also Be Able To Create/manage User Accounts, Install/configure Client Applications For New Users And Monitor System Utilization. 9.4 The Va Portland Biomedical Engineering And Office Of Information And Technology Technical Teams Are Comprised Of Technical Specialists. Group Members Have Hardware, Software, And Network Expertise. System Training For These Groups Shall Be Provided By The Contractor. Upon Completion Of System Training, The Va Technical Teams Shall Have The Ability To Provide Technical Support For The System. They Shall Understand The Functions Of Each System Component And/or Module. They Shall Be Able To Start The System, Including The Different Services That Make It Up. They Shall Be Able To Locate And Review Application Logs. They Shall Be Able To Resolve At A Minimum The Top Ten Most Commonly Experienced System Issues/problems And Optimize Functions Using All Available System Tools. They Shall Be Able To Monitor System Utilization And Manage Any Required Day-to-day Tasks Required For Optimal System Performance. 9.5 The Contractor Is Responsible For Providing Training That Achieves Stated Goals For Each Service Listed In Table 1. Each Service May Include End-users, Super-users, Biomed And/or Oit. Departments That Will Need Training And User Configuration Include But May Not Be Limited To: table 1: Portland And Vancouver Campuses supply Chain Management path & Lab pharmacy surgery/anesthesia social Work iv Team nutrition & Food Service facilities Management Service bio Medical Engineering environmental Management Service emergency Department remote Telemetry radiology rcs primary Care Clinics specialty Care Clinics behavioral Health Clinics women's Health Clinic nursing (inpatient & Outpatient) community Living Center inpatient Mental Health chaplain Service escort/transport Service ward Clerks 9.6 On-site Training Shall Be Conducted For Each Group As Needed Or When New Employees Come Onboard Via The Onsite Contracted System Administrator. 10. Performance Period. The Period Of Performance Shall Be One (1) Twelve (12) Month Base Period Plus Four (4) Additional Twelve (12) Month Option Periods. 11. Place Of Performance. Contract Performance Shall Take Place At The Contractor S Location(s) And Onsite At Vhaporhcs, Portland And Vancouver Campuses. 12. Travel For Installation, Implementation And Training. The Government Anticipates Contractor Travel Under This Contract. All Travel Shall Be Incorporated Into The Overall Firm Fixed Price For The Contract. No Travel Costs Will Be Reimbursed By Va. 12.1 Travel Is Anticipated For On-site Installation, Implementation, Initial Go Live Training, At All Locations Shown In Table 1. The Government Acknowledges The Possible Use Of Remote Access For Installation And Implementation Purposes, Within The Constraints Of All Applicable Va Information Security Requirements. 13. Government Furnished Equipment/information. The Contractor Shall Be Allowed Access To Government Equipment Including Servers And Network Infrastructure. Information On Government Equipment And Systems Shall Be Provided As Necessary. No Government-owned Property Will Be Transferred Into The Contractor S Control. Additional Software Products May Be Provided By The Government As Identified To Facilitate Contractor Access (e.g. Microsoft Terminal Services). potential Candidates Having The Capabilities Necessary To Provide The Above Stated Supplies At A Fair And Reasonable Price Are Invited To Respond To This Sources Sought Notice Via E-mail To Jennifer Robles At Jennifer.robles1@va.gov No Later Than April 28, 2025, 1pm, Mountain Time. No Telephone Inquiries Will Be Accepted. responses Should Include The Following Information: Company Name, Address, Sam Uei, And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; Whether Services Are Presently Offered On A Current Gsa Federal Supply Schedule Contract, Nasa Sewp Or Any Other Federal Contract. Naics Code 541519, 150 Employees, Is Applicable To Determine Business Size Standard. Any Questions Or Concerns May Also Be Directed Via Email To Jennifer Robles At Jennifer.robles1@va.gov. disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
451-460 of 454 archived Tenders