Amendment 0001 to solicitation 36C24825Q0978, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), Orlando VA Healthcare System, modifies the original solicitation. The effective date of this amendment is July 17, 2025. This amendment's primary purpose is to provide responses to contractor questions and includes updated attachments: ATTACHMENT D RESPONSES TO KTR QUESTIONS, ATTACHMENT E PWS Rev. 01 07-17-2025, and ATTACHMENT F ADDENDUM to FAR 52.212-1 Rev.01 07-17-2025. Offerors must acknowledge receipt of this amendment by completing Items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer. All other terms and conditions of the original document remain unchanged.
Amendment 0002 to solicitation 36C24825Q0978, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Orlando, FL, extends the deadline for offer submissions. The new deadline for receipt of offers is August 15, 2025, at 1:00 PM EDT. This amendment's primary purpose is to provide additional time for vendors to submit their quotes. Furthermore, it advises vendors who have already submitted quotes to formally withdraw them in writing to the Contracting Officer if they wish to resubmit. The amendment also indicates that Amendment 0003 is forthcoming, pending a review and potential correction of the occupation classification listed in the solicitation. All other terms and conditions of the original solicitation remain unchanged.
Amendment 0003 to solicitation 36C24825Q0978, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), extends the deadline for offer submissions to August 22, 2025, at 1:00 PM EDT. This amendment explicitly requests that offerors refrain from submitting quotes until Amendment 0004 is officially posted, as it is expected to contain critical updates that may impact their submissions. The purpose is to ensure all offers are based on the most current and accurate information. All other terms and conditions of the original solicitation remain unchanged.
Amendment 0004 modifies solicitation 36C24825Q0978 for the Department of Veterans Affairs, Network Contracting Office 8. The primary purpose of this amendment is to extend the deadline for offer submissions to August 27, 2025, at 11:00 AM EDT. Additionally, the solicitation's title is changed from "Network Engineer Technician III" to "Computer Systems Analyst." The amendment also includes revised attachments for the Performance Work Statement (ATTACHMENT G PWS Rev.02), ADDENDUM to FAR 52.212-1 (ATTACHMENT H), and DOL Wage Determination (ATTACHMENT I). All other terms and conditions of the original solicitation remain unchanged.
The Department of Veterans Affairs (VA), specifically Network Contracting Office 8 (NCO 8), has issued a presolicitation notice for Network Engineer Support Services. This solicitation, identified by number 36C24825Q0978, will be formally available on or around July 11, 2025, with responses due by July 25, 2025, at 1:00 PM Eastern Time. The anticipated contract will be a Firm Fixed-Price type, encompassing a twelve-month base period with four additional option periods.
Eligible bidders must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with the Small Business Administration. The relevant NAICS code is 541513, with a size standard of $37 million. The location of performance will primarily be at the Orlando VA Medical Center, and details about submission will be available on the Contract Opportunities website.
The presolicitation underscores the VA’s commitment to enhancing services for veterans while ensuring compliance with federal contracting standards and support for veteran-owned businesses.
This document outlines a solicitation for Network Engineer III services for the Orlando VA Healthcare System (OVAHCS). The contract is for a total award amount of $37 million and includes a base period from September 1, 2025, to August 31, 2026, with four optional renewal periods, each lasting an additional year. The contractor is required to provide non-personal services, ensuring that the Government does not exert control over the contractor's employees. Key responsibilities include maintaining network infrastructure, troubleshooting, and ensuring compliance with applicable security standards such as NIST 800 SP 800-171.
The document emphasizes the importance of the contractor having a strong technical background, requiring at least ten years of IT and network engineering experience, and obtaining a favorable Tier II clearance. Furthermore, it establishes that payment requests must be submitted electronically, and highlights government requirements for reporting, performance standards, and compliance with federal acquisition regulations.
Overall, the solicitation seeks to enhance the infrastructure and service quality of OVAHCS, emphasizing the critical nature of network engineering in delivering high-quality patient care while adhering to stringent standards. This initiative reflects the VA's commitment to leveraging advanced technology in supporting healthcare operations for veterans.
The document is an amendment to a solicitation issued by the Department of Veterans Affairs' Network Contracting Office 8, specifically regarding project number 36C24825Q0978. The purpose of this amendment, which is the first, is to provide responses to inquiries raised by contractors. It emphasizes the importance of acknowledging the amendment before the specified deadline for submission to prevent offers from being rejected. Attached to the amendment are supplemental documents, including responses to contractors' questions and revised performance work statements (PWS), which are crucial for clarifying the scope and terms of the original solicitation. The amendment reinforces the requirement for all terms and conditions to remain intact unless explicitly modified. Overall, this amendment is part of the formal process in federal solicitations designed to ensure transparency and effective communication between the contracting authority and potential bidders, thus facilitating a smoother procurement process.
This document outlines Amendment 0002 to solicitation 36C24825Q0978 issued by the Department of Veterans Affairs Network Contracting Office 8, effective July 25, 2025. The primary purpose of the amendment is to extend the deadline for receipt of offers from July 25, 2025, at 1:00 PM to August 15, 2025, at 1:00 PM EDT. Offerors who submitted quotes before the original deadline are advised to withdraw their quotes through written notice to the Contracting Officer. Additionally, the amendment indicates that a further amendment (0003) will be forthcoming to correct the occupational classification in the solicitation. The document serves as a formal notice regarding changes in the solicitation timeline and the procedure for offerors to follow. Overall, this amendment exemplifies the procedural adjustments often required in government procurement processes to ensure fair bidding opportunities and compliance with necessary regulations.
The document "ATTACHMENT A Contractor Questions RFQ No. 36C24825Q0978 Network Engineer III Services" outlines the structure for contractor questions related to a Request for Quotation (RFQ) for Network Engineer III Services. This file, typical in federal government RFPs, provides a template for contractors to submit inquiries concerning the Performance Work Statement (PWS), Statement of Work (SOW), or Price/Cost Schedule Structure. It includes columns for question numbering, reference, the question itself, and the government's response, indicating that this document facilitates a formal Q&A process to clarify requirements for the services being solicited. The empty rows suggest that the document is a placeholder for future interactions between the government and potential contractors, ensuring transparency and addressing ambiguities before bid submission.
Federal agencies must incorporate specific records management requirements into contracts with vendors who handle federal records. This ensures compliance with laws like the Federal Records Act, FOIA, and the Privacy Act. Key obligations include defining "Federal record," maintaining records according to NARA policies, preventing unauthorized destruction, reporting disclosures, safeguarding non-public information, and returning records to the government. Contractors must obtain approval for subcontracts involving information disclosure, use government IT equipment appropriately, and ensure employees complete VHA-provided records management training. All subcontractors must adhere to these requirements, with violations attributed to the primary contractor. The VHA owns all data and records produced under the contract.
The document updates VA Handbook 6500.6, specifically Appendix C, to enhance inclusion of current security language and compliance related to information security and privacy in contracts with the Department of Veterans Affairs. The revisions emphasize contractors' responsibilities regarding data protection, access management, incident response, system security, equipment standards, and training, ensuring adherence to federal laws and VA directives. These amendments aim to strengthen the overall security framework for handling VA information and systems in contractual agreements.
The document, "ATTACHMENT D - Responses to Contractor’s Questions RFQ No. 36C24825Q0978 Network Engineer III Services," addresses inquiries regarding a federal Request for Quotation (RFQ) for Network Engineer III services. Key clarifications include confirming the solicitation is a recompete, with TNARA Operations Group, Inc. as the incumbent (Contract Number 36C24820P0561). The contract is a Firm-Fixed-Price type, meaning mileage costs are the contractor's responsibility. The government will not disclose the estimated budget. Offerors must be registered in SAM and provide certifications as an administrative review. The solicitation does not have specific formatting requirements and the contractor is not responsible for providing hardware, software, or licenses. The previous contractor proposed one FTE, and offerors are responsible for their own staff allocation. The document also clarifies that the PMP certification is not a requirement, but rather an evaluation factor. The government also confirmed that the ICS environment is not running Citrix Services or utilizing DR, including offsite backup. It also states that the NAICS code 519513 is not recognized by the Small Business Administration, and the proposed NAICS code 541519 (Exception 18) does not meet the scope of the solicitation.
This contract seeks a highly experienced Network Engineer III for the Orlando Veterans Affairs Healthcare System (OVAHCS) to manage and maintain its Industrial Control Systems (ICS) network. This non-personal services contract spans a 12-month base period and four 12-month option periods. The primary work location is the Orlando VA Medical Center (OVAMC) at Lake Nona, with occasional travel to 13 affiliate locations. The contractor will work Monday through Friday, 7:30 a.m. to 4:30 p.m., with potential weekend and holiday work. Key responsibilities include network design, configuration, maintenance, troubleshooting, project management, and ensuring compliance with NIST and VA security standards. The Network Engineer must have at least ten years of experience in IT infrastructure, network equipment, and specific Cisco technologies, along with an ISC2 CISSP certification. Deliverables include infrastructure activity reports, a Project Management Plan, and telecommunication room configuration documentation. The contractor must also complete various VA training requirements and provide monthly progress reports. Performance will be monitored based on adherence to hours, certifications, training completion, reporting, and invoicing.
This document, an addendum to FAR 52.212-1, outlines instructions for offerors responding to a government solicitation for Network Engineer III services. Key requirements include submitting questions by July 15th, 2025, and providing signed and dated quotes by the specified deadline. Quotes must include a completed VA Notice of Limitations on Subcontracting-Certificate of Compliance, the solicitation number, time for receipt, quoter's contact information, and acknowledgment of amendments. Technical capability requirements demand Cisco Certified Network Associate (CCNA) and ISC2 Certified Information Systems Security Professional certifications, along with 6-10 years of key personnel experience in resume format, demonstrating expertise with enterprise-level virtual machines and Cisco Network management. Offerors must also detail experience managing Cisco wireless LAN controllers and provide an effective management plan for project staffing. Past performance requires submitting a history of successfully providing similar Network Engineer III services. Finally, a price/cost schedule from Section B.3 and any discount terms must be included in the quote.
This Performance Work Statement outlines the requirements for a non-personal services contract to provide Computer Systems Analyst services for the Orlando Veterans Affairs Healthcare System (OVAHCS). The contract includes a 12-month base period and four 12-month option periods, with work primarily at the Orlando VA Medical Center and its affiliate locations. The analyst will maintain the Industrial Control Systems (ICS) network, which is air-gapped from other VA networks. Key responsibilities include network design, configuration, troubleshooting, maintenance of network operations, software applications, and ensuring compliance with NIST and VA security standards. The contractor must have a favorable Tier II clearance, ten years of experience in IT infrastructure, and specific technical competencies in Cisco networking. Deliverables include written reports of IT activities, a Project Management Plan, and documentation for Telecommunication Rooms. The contractor must also complete various VA training programs and provide monthly progress reports. The document also specifies operational hours, federal holidays, and government-furnished equipment.
Attachment H provides an addendum to FAR 52.212-1, detailing instructions for offerors submitting commercial product and service quotations. Key requirements include submitting a signed and dated quote with a fully completed VA Notice of Limitations on Subcontracting-Certificate of Compliance. Offerors must also provide technical capabilities, including valid Cisco Certified Network Associate (CCNA) and ISC2 Certified Information Systems Security Professional certifications, along with 6-10 years of key personnel experience in resume format working with enterprise-level virtual machines, Cisco networks, and wireless LAN controllers. A project staffing plan demonstrating effective resource allocation is also required. Furthermore, offerors must submit past performance history of similar Computer Systems Analyst services and a comprehensive price/cost schedule.
The document clarifies the applicability of Wage Determination Number 2015-4553 for computer employees in federal government contracts, particularly within Florida. It states that this wage determination does not apply to computer employees meeting specific criteria outlined in footnote 1 and eligible for FLSA exemptions under sections 13(a)(1) and 13(a)(17) of the Act, in accordance with 29 CFR 541.400. The relevant details include Contract Act WD #: 2015-4553, occupation codes 14101, 14102, or 14103, and coverage for Orange, Osceola, and Seminole counties in Florida. The document specifies Revision Number 31, published on July 8, 2025.
The document is a set of contractor questions pertaining to RFQ No. 36C24825Q0978 for Network Engineer III Services. It includes a reference table for the Price/Cost Schedule Structure and outlines spaces for questions from contractors alongside their answers from the government. While the specific content of the questions and governmental responses is not provided in the document, the structure indicates a procedural framework aimed at clarifying requirements and expectations for potential contractors. The overall purpose of this file is to facilitate communication between the government and prospective vendors participating in the bidding process, thereby ensuring a comprehensive understanding of service requirements. This process is critical within the context of federal procurement, as it ensures transparency and helps establish qualifications for providing specialized network engineering services.
The document outlines federal records management obligations for contractors engaged in government contracts. It stipulates that contractors must handle federal records—defined broadly to include all information created or received by federal agencies—according to strict laws and policies, such as the Federal Records Act and the Privacy Act. Key requirements include maintaining records, preventing unauthorized alterations or destruction, and ensuring that all personnel handling these records receive proper training. Contractors are responsible for safeguarding the confidentiality of sensitive information and must report any unauthorized disclosures immediately. Moreover, the document emphasizes that all data produced under the contract is owned by the Veterans Health Administration (VHA) and details the expectations for flow-down requirements to subcontractors. This guidance assists agencies in integrating records management into procurement processes, ensuring compliance with applicable regulations while safeguarding federal information.
The notice updates VA Handbook 6500.6, Contract Security, by including revised security language in Appendix C, effective immediately, which outlines the responsibility of contractors regarding information security and privacy. It emphasizes that contractors must adhere to federal laws and VA directives in handling VA information, conduct regular security training, and report security incidents immediately. This update will eventually be incorporated into the revised handbook within a year.
The document pertains to an RFQ (Request for Quotations) regarding Network Engineer III Services (RFQ No. 36C24825Q0978). It primarily addresses contractors' inquiries related to the solicitation. Key points include confirmation that the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), the lack of an incumbent contractor, and that it is a recompete for previous work performed by TNARA Operations Group. The contract will be Firm-Fixed-Price, indicating that contractors are responsible for all costs. It clarifies that contractors are not required to provide hardware or software, outlines the nature of certifications required, and emphasizes that there will be no reimbursement for travel costs. Additionally, the responses address various technical inquiries regarding estimated budget confidentiality, staffing requirements, and specific operational systems in the Information and Communications Services (ICS) environment. The document is structured to provide clear responses to distinct inquiries, ensuring potential contractors understand project requirements and expectations, aiding in the preparation of proposals accordingly. Overall, these responses facilitate the procurement process in compliance with federal contracting regulations, while emphasizing accountability and transparency.
The Orlando Veterans Affairs Healthcare System (OVAHCS) seeks a contractor for non-personal Network Engineer III services to ensure efficient network operations at the Orlando VA Medical Center. The contract spans a base period of one year with four additional option periods. Key responsibilities of the contractor include designing, configuring, and maintaining Local Area Networks (LANs), troubleshooting network issues, performing maintenance on the Industrial Control Network (ICN), and supporting various network-related systems and applications.
The contractor must possess extensive technical experience, including a minimum of ten years in network infrastructure and hold a favorable Tier II clearance. Specific certifications and competencies are required, such as knowledge of Cisco networking equipment, wireless systems, and adherence to NIST standards for security.
The contractor will be required to deliver multiple reports, including a Project Management Plan and documentation for telecommunication room configurations, adhering to strict timelines. Monthly progress reports will also be necessary to outline completed and upcoming work.
Overall, the RFP emphasizes the importance of maintaining high-quality network services that align with the VA's commitment to delivering excellent care, along with compliance with federal regulations and training requirements.
This addendum to FAR 52.212-1 outlines instructions for contractors responding to a solicitation from the Contracting Officer at the Veterans Affairs (VA). Contractors must submit questions by July 15, 2025, and provide signed quotations detailing their qualifications and compliance with specific criteria by the deadline outlined in the Request for Quotation (RFQ). Key submission requirements include a fully completed certification regarding subcontracting limitations, relevant certifications (CCNA and ISC2), and demonstrable organizational experience in Network Engineer III services, with resumes showcasing personnel expertise. Past performance in similar projects must be documented, and quotes should include a price/cost schedule along with applicable discounts. This structured approach ensures that only qualified contractors are considered for contract awards, ultimately aiming to enhance service delivery in a government context.