Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

D -- PCAC/VSC WiFi Survey - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0086
 
Response Due
6/30/2017
 
Archive Date
8/29/2017
 
Point of Contact
Steven Grzybowski
 
E-Mail Address
7-8300
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PCAC and VHA Service Center Wireless Infrastructure Survey Statement of Work (SOW) PCAC and the VHA Service Center Wireless Infrastructure Survey 06/16/2017 General Information 1. Title of Project: PCAC/VHA Service Center Wireless Infrastructure Survey 2. Scope of Work: Purpose of this SOW is to complete the onsite physical survey of PCAC, located at 6150 Oak Tree Blvd Suite 300, and VHA Service Center, located at 6100 Oak Tree Blvd Suite 500. An incomplete wireless infrastructure currently exists at both locations. This survey is considered Phase: I of the project to forecast preliminary hardware quantities, location of the desired Access Points, (Phase 2) placements to remediate these gaps in the wireless infrastructure. This SOW covers PCAC and VHA Service Center with the location and square footage included under attachment A. Floor plans are available upon request. 3. Background: VISN 10 has been directed to implement wireless network access within all CBOC and off-site locations in support of new systems being brought on line throughout the VA network. This SOW is to complete the wireless survey, and results will be used for planning budget and timelines for future hardware and installation. 4. Performance Period: All deliverables must be completed by 10/01/2017. Awarded vendor will need to confirm ability to complete all deliverables prior to 07/14/2017. Lead time for background checks/clearances required to perform services should be taken into consideration when bidding this opportunity. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: Firm Fixed Price 6. Place of Performance: PCAC, 6150 Oak Tree Blvd Suite 300, Independence, OH 44131 and the VHA Service Center, 6100 Oak Tree Blvd. Suite 500 Independence, Ohio 44131 B. Contract Award Meeting The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. General Requirements For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed project management plan (PMP). All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. D. Deliverables I. Site Survey Conduct physical site survey to collect information about the target area of coverage and discover existing RF topology, sources of interference, 802.11a/b/g/n/ac channels to use and desired power levels Perform a passive survey of the wireless environment to gather information on neighboring wireless LANs and other wireless LAN-compatible devices. Perform an active survey of the wireless environment to gather information on achievable data rates. Documentation with the results of a physical site survey to confirm AP placement Map showing AP placement Map showing color coded coverage rates A listing of existing Wireless Access Points (by channel) that are picked up in the area being surveyed A depiction of the RF spectrum within the area being surveyed along with a recommendation for most available channel (based on survey results) II. Design A wireless design to support Location Based Services, Voice, and Data for the VA OI&T WLAN Infrastructure will follow and adhere to the following specifications: Surveys will be conducted using Fluke AirMagnet utilizing Cisco access point (AP) model AIR-CAP2702I-A-K9. Access points will be comprised of both Cisco Access Point (AP) models AIR-CAP2702I-A-K9 and AIR-CAP3702I-A-K9. Hub and spoke deployment of access point (AP) placement will adhere to a 4:1 ratio of Cisco 2700 series AP s to Cisco 3700 Series AP s. 25mW power level on all Access Points. Minimum signal strength (RSSI) of -67 dBm. Minimum signal-to-noise (SNR) ratio of 25. All access point antennas must be diversity. 20% geographic overlap of cells. Each wireless device must be heard at better than -75 dBm by no fewer than 3 access points to support location based services. Location based services design should adhere to the Cisco s Wi-Fi Location-Based Services 4.1 Design Guide. Interior access point spacing should adhere to Cisco s Radio Resource Management Under Unified Wireless Networks (Cisco Doc 71113). 100% of the proposed access point locations shall be physically surveyed. 100% of all interior space will be physically surveyed. The total number of proposed access points should be the minimum number required to meet the specifications and referenced guides supplied within this document. III. Reporting Documents The designer will provide the following deliverables once completed in document form: Building Summary (facility address, facility description, building number, type of construction, special considerations) Description of specific methodology used to complete the survey - Access point configuration tables divided by building and floors containing: AP Type AP Label Antenna type Associated wiring closet Mounting instructions Length of cable from access point to wiring closet Site Bill of Materials, including equipment type and quantities (in accordance with Wi-Fi Systems Parts list below) Details of the AP placement locations visually via the supplied AutoCAD drawings & Microsoft VISIO drawings electronic and hard copy format. The document should be broken out by building and floor. The APs should be numbers from 1 to 99 on the map in easy to distinguish text. Example: AP01 AP99. AP numbering should start over at 1 on each floor. Picture of each AP in proposed location and labeled appropriately Coverage heat maps for design and AP locations. For each floor the following should be supplied: 2.4 GHz Signal Strength coverage with the minimum threshold set at -67 dBm. SNR coverage with the minimum threshold set at 25 dB. 5 GHz Signal Strength coverage with the minimum threshold set at -67 dBm. SNR coverage with the minimum threshold set at 25 dB. All Raw data files of the survey: Required format for all data files is AirMagnet Survey compatible. Exception report including: Areas under construction Areas that may not achieve specified signal strength or SNR standards due to unusual local parameters e.g. excessive interference, extremely dense materials in the immediate vicinity Cable runs from access point to wiring closet that exceed 300 feet. E. ASSUMPTIONS Vendor will provide appropriately skilled Cisco certified services personnel to complete all tasks, documentation required. Environment to be surveyed is typical office construction offices divided by drywall, cubicles with typical partitions, conference rooms Wireless support is not required for external use, or to support building-to-building connectivity Recommendations for any LAN or WAN equipment configurations are not required The site survey will be conducted to support data endpoint connectivity only. Location appliance will function, with the accuracy that can be accomplished using the AP deployment placement that is intended to meet the data throughput requirement. VoIP endpoints will function, but universal coverage will not be guaranteed due to the low power capacity of the VoIP telephones. VA will assign a technical representative who will provide task assignment and daily direction to the awarded vendor. Assigned work shall be in keeping with the skill-set and level of the requested resource. Management of project schedule, deliverables, and project completion criteria will be performed in coordination with the VA technical representative. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. TRAVEL Travel costs must be detailed and included in vendor quote. No travel expenses will be reimbursed after award if not specified. H. SECURITY Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The 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 the VHA Headquarters 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 accreditation. The Veterans Affair Acquisition Regulation (VAAR) security clause (cited below) must be included in all contracts: VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov. 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). Contractor Personnel Security 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). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are 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. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. Background Investigation The position sensitivity impact for this effort has been designated as Low Risk and the level of background investigation is NACI. Contractor Responsibilities 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. 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.   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. 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. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. g. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 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. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment A PCAC and the VHA Service Center Wireless Infrastructure Survey The VHA Service Center Station ID Facility Address Phone Floor Plans Facility Square Footage 701 Program Contracting Activity Central (PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 216-447-8300 x3580 Y 26,633 701 The VHA Service Center (VSC) 6100 Oak Tree Blvd. Suite 500 Independence, Ohio 44131 216-447-8029 Y 25,258 Attachment B PCAC and the VHA Service Center Wireless Infrastructure Survey SECURITY BACKGROUND INVESTIGATION INFORMATION (Submit after award and prior to contract performance) Complete this form after contract award if contractor employee does not possess a NACI clearance. The completed form must be sent directly to the Contracting Officer within ten days of award. Vendor Name: ______________________ Cage Code No.______________ Address: _______________________________ City, State, and Zip Code: ______________________________ 1. Was the employee prescreened? _____ yes or _____ no 2. Is the employee a U.S. Citizen? _____ yes or _____ no 3. Can the employee read, write, speak and understand English language? _____ yes or _____no Information From Employee Requiring a Clearance _________________________ ______________________ Name Social Security No. ____________________________________________ Address ____________________________________________ City State Zip Code
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a452d3c18093ef411084953413df22eb)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0086 VA701-17-Q-0086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591679&FileName=VA701-17-Q-0086-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591679&FileName=VA701-17-Q-0086-000.docx

 
File Name: VA701-17-Q-0086 Floor Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591680&FileName=VA701-17-Q-0086-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591680&FileName=VA701-17-Q-0086-001.pdf

 
File Name: VA701-17-Q-0086 Floor Plan Numbering.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591681&FileName=VA701-17-Q-0086-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591681&FileName=VA701-17-Q-0086-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04547591-W 20170618/170616234547-a452d3c18093ef411084953413df22eb (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.