Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOURCES SOUGHT

R -- OFF-SITE DATA STORAGE SERVICES

Notice Date
2/28/2008
 
Notice Type
Sources Sought
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
Department of Veterans Affairs;Leavenworth CMOP;5000 South 13th Street;Leavenworth KS 66048-5580
 
ZIP Code
66048-5580
 
Solicitation Number
VA-769-08-RI-0019
 
Response Due
3/11/2008
 
Archive Date
4/10/2008
 
Point of Contact
JOETTA EAGLE CONTRACTING OFFICER NATIONAL CMOP
 
E-Mail Address
Email your questions to Contracting Officer
(joetta.eagle@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Dear Prospective Vendor: The Department of Veterans Affairs will be procuring Off-Site Data Storage Services for the seven (7) Consolidated Mail Outpatient Pharmacies (CMOP) located in: Charleston, SC; Chelmsford, MA; Hines, IL; Lancaster, TX; Leavenworth, KS; Murfreesboro, TN; and Tucson, AZ. We will only consider vendors that have an existing GSA contract. All vendor shall supply ???better than??? GSA pricing. After consideration of information from responsive vendors, a contract or a Blanket Purchase Agreement may be negotiated with the vendor who is able to provide this service and proves to be the most advantageous to the government. The VA reserves the right to cancel this initiative and does not guarantee that any procurement will be made as a result of this request. Should you have questions or concerns, please contact Joetta Eagle, Contracting Officer, by email joetta.eagle@va.gov or phone 913-727-4893. Please provide the information no later than March 11, 2008. I. GENERAL DECRIPTION. Daily pickup service; weekly pickup service, storage service, emergency retrieval service; and return of stored material service SEE ATTACHED STATEMENT OF WORK II. VENDOR INFORMATION SHALL INCLUDE THE FOLLOWING: (a) The contractor???s published price list. (b) A complete listing of all item numbers, descriptions, quantities, and pricing of all items. The contractor shall provide a comparison between the special pricing offered to the VA and the current Government contract pricing. (c) The published specifications and descriptions of each item proposed. (d) Past Performance Information: ??? GSA Contract Number ??? Point of contact and phone number ??? Discount from GSA published price list. III. SCHEDULE: (See Attachment) STATEMENT of WORK OFF-SITE DATA STORAGE The National Consolidated Mail Outpatient Pharmacy (CMOP) program is seeking the services of an insured, licensed, and bonded facility or set of facilities for its off-site data storage requirements. The successful contractor(s) will have a storage facility located no closer than fifty (50) statute miles, by direct measurement, from any CMOP facility. There is no maximum distance for the location of off site storage, however in the event of an emergency a maximum of two hours response time is allowed for the return of required data if storage is within 140 mile radius and no more than 4 hours if storage facility is located more than 140 mile radius. The management of the storage facility shall provide certification that its employees have met all necessary security background investigations as a function of employment. The successful vendor must meet all Federal Requirements enforced by VA???s Office of Cyber and Information Security (OCIS) pertaining to storage of sensitive data, and shall not possess within the secured storage area any type of media reading devices in which data can be potentially retrieved from stored media. The contractor shall store media on shelves and maintain an inventory of media in its possession. Awarded vendor shall issue and track access control ID cards for Government staff, ensuring only those who are duly authorized are able to retrieve media and activate emergency recalls. Awarded vendor shall provide the shipping containers/totes (4 per location) for the Digital Linear Tape / Linear Tape Open (DLT/LTO) media and a storage tote/container for Disaster Recovery storage (1 per location). The four (4) totes are to be used for DLT/LTO weekly transport, and should hold up to twenty (20) tapes apiece. The one large tote provided per facility will be for holding papers, CDs, tapes, and any other material that might be required by the VA for disaster recovery. This tote must be sealable by the VA, and must be stored ???AS IS??? to be recalled as needed. The larger tote will not initially hold other totes inside, but should be deep enough to hold smaller totes if needed. There are seven CMOP facilities located across the US (see below). For each of the CMOP facilities there will be a weekly pickup on Friday. The product being transported from each facility will consist of DLT and Disaster Recovery information. Initially, at least two tapes per facility shall be collected (Hines facility may start with four tapes). Each facility will have two different types of storage requirements, one for DLT/LTO Media which shall be picked up on a weekly schedule and shall need to be cataloged and inventoried at stored location. The second tote will be for a Disaster Recovery Tote/Container which shall be stored secured with no return date and will be recalled by facility as needed. For CMOP-National it shall be a daily pickup, consisting of two DLT and two LTO Ultrium, as well as one off-site storage tote / container for Disaster Recovery. It is possible for the volume and type of tapes to increase or decrease over time for any or all of the facilities. Every week, when a tote with tapes in it is collected from a CMOP, the contractor shall also be delivering tapes that are scheduled to be returned that day. Media being stored for the CMOP facilities shall be rotated Weekly / Monthly / Quarterly / Annually. Media being stored for CMOP-National in Tucson will be on a daily (M-F) rotation. The actual rotations schedule for each facility will be set by the VA during the phased implementation/activation of each facility with the off-site storage contractor. Not all facilities will begin using off-site data storage immediately upon award. CMOP LOCATIONS 3725 Rivers Avenue ??? Suite 2, No. Charleston, SC 29405 10 Industrial Way, Chelmsford, MA 01824 5th & Roosevelt, Bldg 37 NW, Hines, IL 60141 2962 S. Longhorn Drive, Lancaster, TX 75134 5000 So. 13th Str., Leavenworth, KS 66048 5171 Sam Jared Drive, Murfreesboro, TN 37130 3675 East Britania Drive, Tucson, AZ 85706 CMOP NATIONAL DATA OFFICE 3675 East Britania Drive, Tucson, AZ 85706 NOTE: It is possible that more than one award can be made from this solicitation. The decision to award to more than one offer will be based in part on price(s) per facility that are quoted. Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard order language, conditions, laws, and regulations. The contractor???s firewall and web server shall meet or exceed the Government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and VA Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification and accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Business Associate Agreement The contractor may have access to Protected Health Information (PHI) and Electronic Protected Health Information (EPHI) that is subject to protection under the regulations issued by the Department of Health and Human Services, as mandated by the Health Insurance Portability and Accountability Act of 1996 (HIPAA); 45 CFR Parts 160 and 164, Subparts A and E, the Standards for Privacy of Individually Identifiable Health Information (???Privacy Rule???); and 45 CFR Parts 160 and 164, Subparts A and C, the Security Standard (???Security Rule???). Pursuant to the Privacy and Security Rules, the contractor must agree in writing to certain mandatory provisions regarding the use and disclosure of PHI and EPHI. Any order resulting from this action incorporates the Business Associate Agreement terms and conditions. Contractor Personnel Security The contractor and his/her personnel shall wear visible identification at all times while he/she is on the premises. The Contractor shall maintain physical security at all facilities housing the activities under this SOW, including any subcontractor facilities. Background Investigation All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). This requirement is applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. 1. Background Investigation The position sensitivity for this effort has been designated as Low Risk and the level of background investigation is a National Agency Check with Written Inquiries (NACI). 2. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor's address. e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. f. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 3. Government Responsibilities a. The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b. Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. STATEMENT of WORK OFF-SITE DATA STORAGE The National Consolidated Mail Outpatient Pharmacy (CMOP) program is seeking the services of an insured, licensed, and bonded facility or set of facilities for its off-site data storage requirements. The successful contractor(s) will have a storage facility located no closer than fifty (50) statute miles, by direct measurement, from any CMOP facility. There is no maximum distance for the location of off site storage, however in the event of an emergency a maximum of two hours response time is allowed for the return of required data if storage is within 140 mile radius and no more than 4 hours if storage facility is located more than 140 mile radius. The management of the storage facility shall provide certification that its employees have met all necessary security background investigations as a function of employment. The successful vendor must meet all Federal Requirements enforced by VA???s Office of Cyber and Information Security (OCIS) pertaining to storage of sensitive data, and shall not possess within the secured storage area any type of media reading devices in which data can be potentially retrieved from stored media. The contractor shall store media on shelves and maintain an inventory of media in its possession. Awarded vendor shall issue and track access control ID cards for Government staff, ensuring only those who are duly authorized are able to retrieve media and activate emergency recalls. Awarded vendor shall provide the shipping containers/totes (4 per location) for the Digital Linear Tape / Linear Tape Open (DLT/LTO) media and a storage tote/container for Disaster Recovery storage (1 per location). The four (4) totes are to be used for DLT/LTO weekly transport, and should hold up to twenty (20) tapes apiece. The one large tote provided per facility will be for holding papers, CDs, tapes, and any other material that might be required by the VA for disaster recovery. This tote must be sealable by the VA, and must be stored ???AS IS??? to be recalled as needed. The larger tote will not initially hold other totes inside, but should be deep enough to hold smaller totes if needed. There are seven CMOP facilities located across the US (see below). For each of the CMOP facilities there will be a weekly pickup on Friday. The product being transported from each facility will consist of DLT and Disaster Recovery information. Initially, at least two tapes per facility shall be collected (Hines facility may start with four tapes). Each facility will have two different types of storage requirements, one for DLT/LTO Media which shall be picked up on a weekly schedule and shall need to be cataloged and inventoried at stored location. The second tote will be for a Disaster Recovery Tote/Container which shall be stored secured with no return date and will be recalled by facility as needed. For CMOP-National it shall be a daily pickup, consisting of two DLT and two LTO Ultrium, as well as one off-site storage tote / container for Disaster Recovery. It is possible for the volume and type of tapes to increase or decrease over time for any or all of the facilities. Every week, when a tote with tapes in it is collected from a CMOP, the contractor shall also be delivering tapes that are scheduled to be returned that day. Media being stored for the CMOP facilities shall be rotated Weekly / Monthly / Quarterly / Annually. Media being stored for CMOP-National in Tucson will be on a daily (M-F) rotation. The actual rotations schedule for each facility will be set by the VA during the phased implementation/activation of each facility with the off-site storage contractor. Not all facilities will begin using off-site data storage immediately upon award. CMOP LOCATIONS 3725 Rivers Avenue ??? Suite 2, No. Charleston, SC 29405 10 Industrial Way, Chelmsford, MA 01824 5th & Roosevelt, Bldg 37 NW, Hines, IL 60141 2962 S. Longhorn Drive, Lancaster, TX 75134 5000 So. 13th Str., Leavenworth, KS 66048 5171 Sam Jared Drive, Murfreesboro, TN 37130 3675 East Britania Drive, Tucson, AZ 85706 CMOP NATIONAL DATA OFFICE 3675 East Britania Drive, Tucson, AZ 85706 NOTE: It is possible that more than one award can be made from this solicitation. The decision to award to more than one offer will be based in part on price(s) per facility that are quoted. Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard order language, conditions, laws, and regulations. The contractor???s firewall and web server shall meet or exceed the Government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and VA Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification and accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Business Associate Agreement The contractor may have access to Protected Health Information (PHI) and Electronic Protected Health Information (EPHI) that is subject to protection under the regulations issued by the Department of Health and Human Services, as mandated by the Health Insurance Portability and Accountability Act of 1996 (HIPAA); 45 CFR Parts 160 and 164, Subparts A and E, the Standards for Privacy of Individually Identifiable Health Information (???Privacy Rule???); and 45 CFR Parts 160 and 164, Subparts A and C, the Security Standard (???Security Rule???). Pursuant to the Privacy and Security Rules, the contractor must agree in writing to certain mandatory provisions regarding the use and disclosure of PHI and EPHI. Any order resulting from this action incorporates the Business Associate Agreement terms and conditions. Contractor Personnel Security The contractor and his/her personnel shall wear visible identification at all times while he/she is on the premises. The Contractor shall maintain physical security at all facilities housing the activities under this SOW, including any subcontractor facilities. Background Investigation All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). This requirement is applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. 1. Background Investigation The position sensitivity for this effort has been designated as Low Risk and the level of background investigation is a National Agency Check with Written Inquiries (NACI). 2. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor's address. e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. f. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 3. Government Responsibilities a. The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b. Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM.
 
Place of Performance
Address: 5000 S. 13TH STREET;LEAVENWORTH, KS
Zip Code: 66048
Country: US
 
Record
SN01519540-W 20080301/080228224125 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.