The RFP Database
New business relationships start here

PR# 629-16-3-7224-0270, Project Legacy, Sup Biomed Virtual Server Back Biomed Virtual Server Back


Louisiana, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Biomed Virtual Server Backup (to include installation)

The overall purpose is to provide and install the Biomedical Engineering Server and Backup Solution at Southeast Louisiana Veterans Health Care System (SLVHCS) Diagnostic and Treatment (D&T) building 2400 Canal St, New Orleans, LA 70119. The specific requirements for this procurement are listed in the Statement of Work and Required Items List within this Sources Sought Notice.

Instruction to Offerors Guidance:

This Sources Sought Notice is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. This Sources Sought Notice is Set-A-Side for SDVOSB and VOSB. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.

This Sources Sought Notice is for planning purposes only and is intended to identify contractors in any socioeconomic category who can support this requirement.

INSTRUCTIONS FOR SUBMISSION

Interested contractors shall submit a response via e-mail only to Leslie Robinson, Contract Specialist leslie.robinson@va.gov. Responses are due no later than Monday, August 29, 2016 by 10:00 AM Eastern Daylight Time (EDT). Respondents should include as part of their submission:
a.    Indicate if you can provide all items listed in the Statement of Work to include installation and training.
b.    If/when this requirement is solicited it will be "all or nothing" meaning that prospective contractors must be able to provide all items.
Please do not submit a price quote as this request is for market research/informational purposes only. The purpose is to identify potential contractors that can support procurement for Biomed Virtual Server Backup (to include installation and user/operator training).








Statement of Work

Biomedical Engineering Server and Backup Solution

Southeast Louisiana Veterans Health Care System
New Orleans, LA

July 11, 2016

1. PURPOSE
1.1. The overall purpose is to provide and install the Biomedical Engineering Server and Backup Solution at Southeast Louisiana Veterans Health Care System (SLVHCS) Diagnostic and Treatment (D&T) building 2400 Canal St, New Orleans, LA 70119.

2. SCOPE
2.1. The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section.
2.2. All equipment and installation must meet manufacturers and VA specifications.
2.3. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment.
2.4. The Contractor is responsible for any missing parts and components not included in order to carry out the installation.
2.5. SALIENT CHARACTERISTICS
Converged platform infrastructure: Within the same converged infrastructure provide the ability to scale up or scale out performance and capacity within each layer of infrastructure components (compute/storage /network) to accommodate a variety of application workloads without disruption.
Provide reference architecture that accommodates the inclusion and integration of preexisting infrastructure components into the solution stack with a standardized and unified platform that provides a pathway to adopt future options without procuring new resources.
Provide a management suite that automates, analyzes, and controls multiple aspects of the infrastructure; integrates with the VMware Center Server; and provides open APIs that integrate with third-party orchestration frameworks and hypervisors.
Provide a single point of contact for infrastructure support regardless of vendor.
The compute/network/storage solution proposed shall implement a validated design that is publically accessible and verified.
The solution must include Centralized Management providing a single interface through which administrators monitor, provision, and manage the system across physical, virtual, and bare-metal environments. Unified dashboards, reports, and heat maps shall also be provided, drastically reducing troubleshooting and performance bottlenecks.

Hardware/software for the Virtual Server and Backup solution must meet the specs indicated below:
        
    2.5.1 One (1) UCS SP Select 5108 AC2 Chassis w/2208 IO, 4x SFP cable 3m - UCS-SPM-5108-AC2 or EQUIVALENT with the following components OR EQUIVALENT:
CAB-US520-C19-US    NEMA 5-20 to IEC-C19 14ft US    4
UCS-IOM-2208XP    UCS 2208XP I/O Module (8 External, 32 Internal 10Gb Ports)    2
N20-FW014    UCS Blade Server Chassis FW Package 3.1    1
N20-FAN5    Fan module for UCS 5108    8
N20-CAK    Accessory kit for UCS 5108 Blade Server Chassis    1
UCSB-PSU-2500ACDV    2500W Platinum AC Hot Plug Power Supply - DV    4
SFP-H10GB-CU3M    10GBASE-CU SFP+ Cable 3 Meter    4
N01-UAC1    Single phase AC power module for UCS 5108    1
UCSB-5108-PKG-HW    UCS 5108 Packaging for chassis with half width blades.    1
N20-CBLKB1    Blade slot blanking panel for UCS 5108/single slot    8
UCS-SPM-B200M4-A1    UCS SPSelect B200M4 Adv1 w/2xE52690 v3,8x32GB,VIC1340 + C1    5
UCS-SP-B200M4-A1    (Not sold standalone)B200M4 Adv1w/2xE52690v3,8x32GB,VIC1340    5
CON-OSP-SMB200A1    SNTC-24X7X4OS UCS SP Select B200M4 Advanced1 w/2xE52690 v3,8    5
UCS-CPU-E52690D    2.60 GHz E5-2690 v3/135W 12C/30MB Cache/DDR4 2133MHz    10
UCS-MR-1X322RU-A    32GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v    40
UCS-SD-32G-S    32GB SD Card for UCS servers    5
UCSB-MLOM-40G-03    Cisco UCS VIC 1340 modular LOM for blade servers    5
UCSB-LSTOR-BK    Flex Storage blanking panels w/o controller, w/o drive bays    10
UCSB-HS-EP-M4-F    CPU Heat Sink for UCS B200 M4/B420 M4 (Front)    5
UCSB-HS-EP-M4-R    CPU Heat Sink for UCS B200 M4/B420 M4 (Rear)    5
C1F2PUCSK9-UCS-SPM    UCS SP Cisco ONE Foundation Perpetual UCS 1-9    5
CON-ECMU-C1F2PUCS    SWSS UPGRADES C1 Foundation Perpetual UCS    5
C1-UPM-EE    Cisco ONE UCS Performance Manager Express Edition    5
C1-EGW-DC-K9    Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point    5
C1-UCD-VM    Cisco ONE UCS Director Foundation Compute Per Server (50 VM)    5
C1-UCC-1    Cisco ONE Foundation UCS Central per Server    5
C1-PSC-F-1-K9    Cisco ONE Prime Service Catalog Foundation Per Server    5
C1-N1K-ESSTL    Nexus 1000V Essential Edition, Qty=2    5
C1F2SICFBK9    Cisco ONE Foundation Subsr Intercloud Fabric For Business    5
CON-ECMU-C1F2SICF    SWSS UPGRADES Cisco ONE Foundation    5
C1-ICFB2-4-LIC-K9    Cisco ONE Intercloud Fabric For Business General cloud lic    5
C1F21ICFB004K9    Cisco ONE Foundation ICFB General cloud 1YR 4 Hybrid Port    5
CUIC-SVR-OFFERS=    Cisco UCS Director Server Offerings    1
CON-SAU-SVROFFERS    Cisco UCS Director Server Offerings Software Application Sup    1
CUIC-BASE-K9    Cisco UCS Director Software License    1
CON-SAU-CUICBASE    SW APP SUPP + UPGR Cisco UCS Director Base Software    1
CUIC-TERM    Acceptance of Cisco UCS Director License Terms    1
UCS-SPM-FI48-2X    UCS SP Select 6248 FI w/ 12p LIC 2Pk    1
UCS-SP-FI48P    (Not sold Standalone)UCS SP Select 6248 FI w/ 12p LIC    2
CON-OSP-SMBFI48P    SNTC-24X7X4OS (Not sold Standalone)UCS SP Select 6248 FI w/    2
CAB-C13-CBN    Cabinet Jumper Power Cord, 250 VAC 10A, C14-C13 Connectors    4
SFP-10G-SR    10GBASE-SR SFP Module    8
SFP-H10GB-CU3M    10GBASE-CU SFP+ Cable 3 Meter    8
DS-SFP-FC8G-SW    8 Gbps Fibre Channel SW SFP+, LC    8
UCS-FI-DL2    UCS 6248 Layer 2 Daughter Card    2
N10-MGT014    UCS Manager v3.1    2
UCS-BLKE-6200    UCS 6200 Series Expansion Module Blank    2
UCS-PSU-6248UP-AC    UCS 6248UP Power Supply/100-240VAC    4
UCS-FAN-6248UP    UCS 6248UP Fan Module    4
UCS-ACC-6248UP    UCS 6248UP Chassis Accessory Kit    2

2.5.2    Two (2) Cisco ONE N5548UP Storage Sol Bun,32 port storage serv lic - C1-N5548UP-B-S32 OR EQUIVALIENT with the following components OR EQUIVALENT: (total components for both systems listed below)

CON-OSP-C5548UB2    SNTC-24X7X4OS C1 N5548UP Storage SolBun 32Pt Serv Lic    2
SFP-10G-SR    10GBASE-SR SFP Module    8
N55-DL2    Nexus 5548 Layer 2 Daughter Card    2
N55-M-BLNK    Nexus 5500 Module Blank Cover    2
DS-SFP-FC8G-SW    8 Gbps Fibre Channel SW SFP+, LC    16
N55-32P-SSK9    Nexus 5500 Storage License, 32 Ports    2
N5548-ACC-KIT    Nexus 5548 Chassis Accessory Kit    2
N55-PAC-750W-B    Nexus 5500 PS, 750W, Back to Front Airflow (Port-Side Inlet)    4
N5KUK9-720N1.1    Nexus 5500 Base OS Software Rel 7.2(0)N1(1)    2
N5548P-FAN-B    Nexus 5548UP Fan Module with Back to Front Airflow    4
C1F2PNEX55481K9    Cisco ONE Foundation Perpetual Nexus 5548    2
CON-ECMU-C1FNEXEX    SWSS UPGRADES Cisco ONE Foundation Perpetual Nexus 554    2
C1-DCL-N5K-K9    Cisco ONE DCNM for LAN Advanced Edt. for Nexus 5000    2
N55-BAS1K9    Layer 3 Base License for Nexus 5500 Platform    2
N5548-EL2-SSK9    Nexus 5548 Enhanced Layer 2 License    2
N55-LAN1K9    Layer 3 License for Nexus 5500 Platform    2
N55-VMFEXK9    Nexus 5500 series VM-FEX license    2
C1-N55-SERVICES1K9    Nexus 5500 Network Services (includes ITD, RISE)    2
C1-PI-LFAS-N5K-K9    Cisco ONE PI Device License for LF & AS for Nexus 5K    2
C1-EGW-DC-K9    Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point    2
N1K-VLCPU-96-ESSTL    Nexus 1000V Essential Edition Paper Delivery License Qty 96    2


2.5.3         One (1) UCS C240 M4 SFF 16 HD w/o CPU, mem, HD, PCIe, PS, railkt w/expndr UCSC-C240-M4S2 OR EQUIVALENT with the following components OR EQUIVALENT:

CON-OSP-C240M4S2    SNTC-24X7X4OS UCS C240 M4 SFF 16 HD w/o CPU,mem,HD    1
UCS-CPU-E52620D    2.40 GHz E5-2620 v3/85W 6C/15MB Cache/DDR4 1866MHz    2
UCS-MR-1X081RU-A    8GB DDR4-2133-MHz RDIMM/PC4-17000/single rank/x4/1.2v    4
UCSC-PCI-1A-240M4    Right PCIe Riser Board (Riser 1) (x8 + GPU) for C240 M4    1
UCSC-PCI-2-C240M4    Left PCIe Riser Board (Riser 2) for C240 M4    1
UCSC-PCIE-CSC-02    Cisco VIC 1225 Dual Port 10Gb SFP+ CNA    1
UCSC-PSU2V2-1200W    1200W / 800W V2 AC Power Supply for 2U C-Series Servers    2
CAB-C13-CBN    Cabinet Jumper Power Cord, 250 VAC 10A, C14-C13 Connectors    2
UCSC-CMA-M4    Reversible CMA for C240 M4 ball bearing rail kit    1
UCSC-RAILB-M4    Ball Bearing Rail Kit for C220 M4 and C240 M4 rack servers    1
UCSC-HS-C240M4    Heat sink for UCS C240 M4 rack servers    2
UCSC-SCCBL240    Supercap cable 250mm    1
UCSC-MLOM-BLK    MLOM Blanking Panel    1
N20-BBLKD    UCS 2.5 inch HDD blanking panel    6
UCSC-MRAID12G    Cisco 12G SAS Modular Raid Controller    1
UCSC-MRAID12G-1GB    Cisco 12Gbps SAS 1GB FBWC Cache module (Raid 0/1/5/6)    1
C1F2PUCSK9    Cisco ONE Foundation Perpetual UCS 1-9    1
CON-ECMU-C1F2PUCS    SWSS UPGRADES C1 Foundation Perpetual UCS    1
C1-PSC-F-1-K9    Cisco ONE Prime Service Catalog Foundation Per Server    1
C1-EGW-DC-K9    Cisco ONE Energy Mgmt Perpetual Lic - 1 DC End Point    1
C1-UCD-VM    Cisco ONE UCS Director Foundation Compute Per Server (50 VM)    1
C1-UPM-EE    Cisco ONE UCS Performance Manager Express Edition    1
C1-UCC-1    Cisco ONE Foundation UCS Central per Server    1
C1-N1K-ESSTL    Nexus 1000V Essential Edition, Qty=2    1
UCS-HD1T7KS2-E    1TB SAS 7.2K RPM 2.5 inch HDD/hot plug/drive sled mounted    2
UCS-HD300G10K12G    300GB 12G SAS 10K RPM SFF HDD    6
UCS-SD240GBKS4-EV    240GB 2.5 inch Enterprise Value 6G SATA SSD    2
C1F2SICFBK9    Cisco ONE Foundation Subsr Intercloud Fabric For Business    1
CON-ECMU-C1F2SICF    SWSS UPGRADES Cisco ONE Foundation    1

2.5.4    One (1) FAS8020 Storage array FAS8020-R6 or EQUIVALENT with the following components OR EQUIVALENT:
FAS8020A-001-R6    FAS8020 High Availability System    2
SW-2-8020A-CIFS-C    SW-2,CIFS,8020A,-C    2
SW-2-8020A-FCP-C    SW-2,FCP,8020A,-C    2
SW-2-8020A-NFS-C    SW-2,NFS,8020A,-C    2
SW-2-8020A-SM-SVLT-BDL-C    SW-2,SnapMirror-SnapVault Bundle,8020A,-C    2
X6226-R6-C    Chassis,FAS8020,AC PS,-C    1
X6553-R6-C    Cable,Cntlr-Shelf/Switch,2m,LC/LC,Op,-C    8
X6566B-05-R6-C    Cable,Direct Attach CU SFP+ 10G,0.5M,-C    2
X1143A-R6-C    ADPT 2-Pt UTA2,10GbE,16Gb FC BareCage SFP+,-C    2
X5515A-R6-C    Rackmount Kit,4N2,DS14-Middle,-C,R6    1
X6596-R6-C    SFP+ FC Optical 16Gb,-C    4
X6600A-R6-C    SFP+ Optical,UTA,10GbE Shortwave,-C    4
DOC-8020-C    Documents,8020,-C    1
X800E-R6-C    Power Cable North America,-C,R6    4
DS4246-07A1-24A-0P-R6-C    DSK SHLF,24x6.0TB,7.2K,6G,0P,-C    1
OS-ONTAP-CAP1-0P-C    OS Enable,Per-0.1TB,ONTAP,Cap-Stor,0P,-C    1440
X6559-R6-C    Cable,SAS Cntlr-Shelf/Shelf-Shelf/HA,5m,-C    4
X6562-R6-C    Cable,Ethernet,5m RJ45 CAT6,-C    3
X5526A-R6-C    Rackmount Kit,4-Post,Universal,-C,R6    1
CS-O2-4HR-VA    SupportEdge Premium 4hr Onsite,VA    1
SW-2-CL-BASE    SW-2,Base,CL,Node    1
SW-2-CL-BASE    SW-2,Base,CL,Node    1


2.5.5    One (1) FAS2554 Storage array FAS2554-R6 or EQUIVALENT with the following components OR EQUIVALENT:
FAS2554A-001-R6    FAS2554 High Availability System    2
SW-2-2554A-SM-SVLT-BDL-C    SW-2,SnapMirror-SnapVault Bundle,2554A,-C    2
SW-2-2554A-CIFS-C    SW-2,CIFS,2554A,-C    2
SW-2-2554A-FCP-C    SW-2,FCP,2554A,-C    2
SW-2-2554A-ISCSI-C    SW-2,iSCSI,2554A,-C    2
SW-2-2554A-NFS-C    SW-2,NFS,2554A,-C    2
FAS2554-313-R6-C    FAS2554,24x6TB,7.2K,-C    1
DOC-2554-C    Documents,2554,-C    1
X6589-R6-C    SFP+ Optical 10Gb Shortwave,-C    4
X800E-R6-C    Power Cable North America,-C,R6    4
OS-ONTAP-CAP1-1P-C    OS Enable,Per-0.1TB,ONTAP,Cap-Stor,1P,-C    1440
X6553-R6    Cable,Cntlr-Shelf/Switch,2m,LC/LC,Op    4
X6566B-05-R6    Cable,Direct Attach CU SFP+ 10G,0.5M    2
X5526A-R6    Rackmount Kit,4-Post,Universal,R6    1
CS-O2-4HR    SupportEdge Premium 4hr Onsite    1
FAS2554-EXP-R6         1
X6558-R6    Cable,SAS Cntlr-Shelf/Shelf-Shelf/HA,2m    4
X6561-R6    Cable,Ethernet,2m RJ45 CAT6    2
X6562-R6    Cable,Ethernet,5m RJ45 CAT6    1
X5526A-R6    Rackmount Kit,4-Post,Universal,R6    1
DS4246-07A1-24A-1P-SK-R6    DSK SHLF,24x6.0TB,7.2K,6G,1P,SK    1
X800E-R6    Power Cable North America,R6    2
OS-ONTAP-CAP1-1P-P    OS Enable,Per-0.1TB,ONTAP,Cap-Stor,1P,-P    1440
CS-O2-4HR    SupportEdge Premium 4hr Onsite    1
X559A-R6    SHELF,EMPTY,2PSU,AC,DS2246,R6    1
X5713A-R6    IOM6,SAS,6Gb,R6    2
X70074-R6    BEZEL,2-PC END CAP SET,DS2246,R6    2
X426A-R6    DSK DRV,1.8TB,10K,2.5",DS2246,2552/2240-2    20
X439A-R6    SSD,1.6TB,DS224x,FAS2552/2240-2    4
X800-42U-R6    Power Cable,In-Cabinet,C13-C14    2
X800E-R6    Power Cable North America,R6    2
X5526A-R6    Rackmount Kit,4-Post,Universal,R6    1
X6558-R6    Cable,SAS Cntlr-Shelf/Shelf-Shelf/HA,2m    2
X6561-R6    Cable,Ethernet,2m RJ45 CAT6    2

2.5.6    Ten (10) VMware vSphere 6 Ent Plus (1 CPU), 1-yr, Support Required with VSphere Enterprise Plus for 1 CPU; ANNUAL List 1-YR Reqd or EQUIVALENT

2.5.7    One (1) Commvault Operational Intelligence Foundation Package - 1 Package Per Customer, Platform Application, Perpetual with Thirty (30) Commvault Data Protection Foundation - Per TB, Capacity License, Perpetual and Twenty-one (21) Commvault Data Protection Advanced - Per TB, Capacity License, Perpetual OR EQUIVALENT

2.5.8    In person (or virtual at the VAs request) instructor led training as outlined in section 7.2.

2.6    DELIVERY/INSTALLATION
2.6.2    DELIVERY
2.6.2.1    Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 on (see schedule of delivery below)


Table 1
Room Number    Room Name    Description    Anticipated Date
4G104    Main Computer Room    Virtual Server, storage, and backup    10/1/2016

2.6.2.2    Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.
2.6.2.3    Package to percent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair.
2.6.2.4    Deliver specified items only when the site is ready for installation work to proceed.
2.6.2.5    Store products in dry condition inside enclosed facilities.
2.6.2.6    Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government.
2.6.2.7    A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates.
2.6.2.8    Delivery and installation will be coordinated through the COR.

2.6.3    INSTALLATION
2.6.3.1    The contractor must conduct pre-installation meetings to gather required information for installation. This will require multiple meetings with various groups of Region 2 OIT staff to determine implementation methods and parameters. Region 2 OIT groups include: Platforms and Operating systems, LAN, WAN, and Storage divisions. Contractor will match configuration of Region 2 OIT systems as close as possible with agreement by the COR.
2.6.3.2    All equipment shall be installed by contractor upon delivery in areas specified by COR unless otherwise noted above.
2.6.3.3    Install all equipment to manufacturer's specifications maintaining Federal, and Local safety standards
2.6.3.4    Installation must be completed by (see table 1 above). All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday - Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site.
2.6.3.5    If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours.
2.6.3.6    The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR.
2.6.3.7    The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect.
2.7    SITE CONDITIONS
2.7.2    There shall be no smoking, eating, or drinking inside the hospital at any time.

3    INSPECTION AND ACCEPTANCE:
3.5    The Contractor shall conduct a joint inspection with the COR upon delivery of equipment.
3.6    Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).
3.7    The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.

4    DELIVERY/STORAGE REQUIREMENTS
4.5    Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.
4.6    Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary.
4.7    Deliver specified items only when the site is ready for installation work to proceed.
4.8    Store products in dry condition inside enclosed facilities.
4.9    Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government.
4.10    A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates.
4.11    Delivery and Installation will be coordinated through the COR.

5    DELIVERABLES
5.5    Operation and Maintenance Manuals
5.5.2    Contractor shall provide all manuals for equipment supplied in section 2.5
5.6    Electronic documentation bundle including at minimum:
5.6.2    All usernames and passwords for all hardware/software
5.6.3    Configuration of all hardware/software
5.6.4    Elevations of installed hardware including cabling diagram
5.7    Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation.

6    MAINTENANCE AND SUPPORT SERVICES REQUIREMENTS

6.5    The Virtual server and backup solution must permit maintenance professionals the ability to perform diagnostics, troubleshooting, and maintenance as required.
6.6    Licensing Software updates
6.6.2    The Contractor shall provide, for the duration of the warranty period, all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price proposal and required for maintenance of the system, shall be taken as included with the purchase of the system.
6.6.3    Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility.
6.6.4    All application software licenses are included in the purchase of the equipment and shall not require a renewal charge for the period of time the equipment is in use in the facility.
6.7    Support Services
6.7.2    The Contractor shall provide support services for a period of one year and option of additional four years. Contractor shall provide list of support services provided including phone service support
6.7.3    Contractor shall furnish all management, equipment inclusive of parts, material, travel and labor required to support and maintain in good working condition the servers and backup solution.
6.7.4    All materials and services provided shall be according to the OEM specifications and guidelines. Contractor shall repair any inadequate or improper repairs performed at a time convenient to the VA at no additional expense to the VA.
6.7.5    Response time for CM repairs during normal VA working hours will be Monday through Friday, 8:00 am to 4:30 p.m. Responses time are required at a minimum of Sixty (60) minutes call back, four (4) hours on site in an emergency and twenty-four (24) hours regular, excluding holidays.
6.7.6    The contractor is responsible for incorporating all manufacturers' recommended hardware and software updates, which ensure performance to current product specifications at no additional cost to the VA.

7    OPERATOR TRAINING:
7.5    Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. Training should give a general overview of the equipment and its setup and configuration.
7.6    The contractor shall provide a training program to the Biomedical Engineering technicians consisting of the following:
7.6.2    Training for ten (10) people on equipment in section 2.5.1, 2.5.2, 2.5.4 and 2.5.5
7.6.3    Training on equipment in section 2.5.6 for four (4) people on installation, configuration, and management.
7.6.4    Core training + Implementation training for software in section 2.5.7 for four (4) people.

8    PROTECTION OF PROPERTY
8.5    Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor.
8.6    The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work.

9    SECURITY REQUIREMENTS
9.5    The C&A requirements do not apply and a Security Accreditation Package is not required. (To be completed by Service)

10    WARRANTY
10.5    The contractor shall provide a one year manufacturer's warranty on all parts and labor.
10.6    The warranty shall include all travel and shipping costs associated with any warranty repair.

Department of Veterans Affairs
Southeast Louisiana Veterans HCS
Network Contracting Office (NCO) 16
Attn: Leslie Robinson
1555 Poydras Street, Ste. 1895
New Orleans, Louisiana 70112

leslie.robinson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP