Page 2 of 2 B.3 PERFORMANCE WORK STATEMENT (PWS) HITC PACS VSS AND PEDESTRIAN/VEHICULAR GATES MAINTENANCE AND REPAIRS PWS INTRODUCTION. The mission of the Department of Veterans Affairs (DVA), Office of Information & Technology (OIT), IT Operations and Services at Hines Information Technology Center (HITC) is to provide benefits and services to Veterans of the United States. In meeting these goals, HITC strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to Veterans throughout all the points of the Veterans throughout the United States, in an effective, timely and compassionate manner. VA depends on Information Management / Information Technology (IM/IT) systems to further meet mission goals. The HITC processes data that is considered a lifeline to Veterans and constant availability of that data is crucial. The HITC facilities department is responsible for ensuring the facility provide a safe and secure workplace for its employees, 24 hours a day and seven days a week (24/7). To accomplish the mission and goals of the DVA, OIT, in ensuring a safe and secure workplace, HITC requires the Lenel OnGuard Physical Access Control System (PACS), the Avigilon Video Surveillance System (VSS) and Pedestrian/Vehicular Gates 24/7 maintenance and repair services. SCOPE. The Contractor must provide 24/7 support, maintenance, and repairs of the existing Lenel OnGuard PACS, Avigilon Video Surveillance System (VSS) systems and Pedestrian/Vehicular Gates installed at the HITC. The Contractor must manage a service request response system for Lenel OnGuard PACS, Avigilon VSS, and Pedestrian/Vehicular Gates maintenance requests. The Contractor must employ maintenance personnel/technicians who are trained and certified in the use and operation of all Lenel OnGuard PACS, and Avigilon VSS. The Contractor must provide supervision of Pedestrian/Vehicular Gate by an accredited Continuing Professional Development (CPD), person, certified in Physical Perimeter Security. Due to requirement of 24/7 support, Contractor must have local representatives that can satisfy the required response time for repairs, as defined in paragraph 5 below. This is a Firm Fixed Price Contract. PERIOD OF PERFORMANCE. This period of performance shall be from September 25, 2022, through September 24, 2023, with four 12-months option periods as follows: Option Period 1: September 25, 2023 through September 24, 2024 Option Period 2: September 25, 2024 through September 24, 2025 Option Period 3: September 25, 2025 through September 24, 2026 Option Period 4: September 25, 2026 through September 24, 2027 There are eleven (11) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, five (5) are set by date: New Year s Day January 1, Juneteenth June 19, Independence Day July 4, Veterans Day November 11, Christmas Day December 25, If any of the above dates falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if any of the above dates falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November PLACE OF PERFORMANCE. Tasks under this PWS must be performed at 5000 South 5th Avenue, Building 215, Hines, Illinois, 60141. In addition, outdoor VSS are attached to Bldg. # 48 located on Hines VA Hospital Campus and attached to the Loyola Hospital Parking Lot Bldg. # 3. TRAVEL. The Government anticipates only local travel under this effort to perform the tasks associated with the effort throughout the Period of Performance (POP). Local travel within 50 miles will not be reimbursed by the Government. 5.1 The Government will reimburse the cost of travel to all scheduled and emergency meetings, in accordance with the Federal Travel Regulations (for travel in 48 contiguous states), the Joint Travel Regulations, and if required by the PWS, and in accordance with Federal Acquisition Regulations (FAR) 31.155-46. 5.2 All travel will be approved in writing by the COR BEFORE actual travel commences. SPECIFIC TASKS AND DELIVERABLES. 6.1 Project Management 6.1.1 Contractor Project Management Plan The Contractor must deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline, and tools to be used in execution of the contract. The CPMP must take the form of both a narrative and graphic format that displays the schedule, milestones, risks, and resource support. The CPMP must also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified with the PWS. The initial baseline CPMP shall be concurred upon and updated in accordance with Section B of the contract. The Contractor must update and maintain the VA PM approved CPMP throughout the POP Deliverable: A. Contractor Project Management Plan 6.1.2 Reporting Requirement. The Contractor must provide the COR with a weekly service log and monthly progress reports in electronic form in Microsoft Word and Project formats. The report must include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. The reports must reflect data as of the last day of the preceding week. The Contractor must keep detailed comprehensive records of all maintenance and repair. Records must include all equipment that has been replace. The Contractor must submit records monthly to the COR. The monthly progress reports must cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation, including its plan and timeframe for resolving the issue. It is expected that the Contractor must keep in communication with VA accordingly, so issues that arise are transparent to both parties and to prevent escalation of outstanding issues. Deliverable: B. Weekly Service Log This service log data must include the following i. What type of work (e.g., Inspection, Service, and/or Repair) ii. What was serviced (e.g., Door and/or Camera Number, serial number of part) iii. When the work was started iv. When the work completed v. Status of the work (i.e., Completed, Still in Progress, Waiting on Parts) vi. What technician performed the work C. Monthly Progress Report The monthly report must include the following: i. Description of service calls completed ii. Open issues or concerns iii. Record of equipment that has been replaced iv. Summarization of weekly reports 6.1.3 Contractor Requirement The Contractor must maintain a current software license and/or license agreement with Lenel OnGuard PACS, HID Global PIVClass, and with Avigilon VSS. The Contractor must be Lenel OnGuard, Avigilon VSS and Avigilon server certified. The Contractor s technicians must have at a minimum of five (5) years relevant experience working with integrated electronic access control and VSS of similar complexity. The Contractor must provide supervision of both Pedestrian/Vehicular gates by an accredited Continuing Professional Development (CEP) person, certified in Physical Perimeter Security. The Contractor s employees and sub-Contractors employees must be able to pass a criminal history background investigation by the HITC/Austin Information Technology Center (AITC) Security staff and VA Security and Investigation Center (SIC). The Contractor s employees and sub-Contractors employees must be legally able to work in the United States. 6.2. Lenel OnGuard PACS Support, Maintenance and Repair 6.2.1. The Contractor must provide support, maintenance, and repair service for the existing Lenel OnGuard PACS, furnish all labor, supervision, equipment, tools, material supplies, travel, and transportation necessary to support the Lenel OnGuard PACS. The Contractor must repair or replace any Lenel OnGuard PACS equipment, see equipment list below, as necessary to keep equipment fully functional and operating. The Contractor must also provide support, maintenance, and repairs to the Lenel OnGuard PACS computer management system to include Lenel OnGuard, PIV Check Plus (HID) desktop software, PIV Card registration readers, troubleshooting, licensing, testing and basic training (as needed). The Contractor must ensure that all Lenel OnGuard equipment is properly configured and setup to achieve internet connectivity for all HITC servers connected to the Lenel OnGuard PACS. 6.2.2. The Contractor must obtain all necessary manufacturer s specifications for equipment, parts, and drawings to manage the Lenel OnGuard PACS. The Contractor must maintain an on-site inventory mix of appropriate Government furnished replacement parts necessary for the Lenel OnGuard PACS (e.g., all card readers, electric door strikes, request to exit sensors (REX), Wiegand Interfaces, junction boxes, doo sensors/actuators, maglocks, door solenoids, wiring. The Contractor must provide non-repairable items to the Contracting Officer Representative (COR), for turn-in and accountability. All replaced equipment is property of the VA. 6.2.3. The Contractor must perform quarterly preventive maintenance (PM) inspection on the Lenel OnGuard PACS during the POP. This must include the manual inspecting and testing of all Lenel OnGuard PACS components with inspection/testing reports on a regular basis. A written Method of Procedure (MOP), outlining all the PM tasks must be provided to the COR within 14 days of completed quarterly PM inspection being performed; the COR has final approval authority on the MOP. The Contractor must verify the operation of the Lenel OnGuard PACS with the COR upon completion of work. 6.2.4. The Contractor must advise the COR of potential delays (i.e., upon knowledge of any delay), in completion of any aspects of the Lenel OnGuard PACS repairs and provide recommendations on actions necessary for keeping the task on schedule. An approval plan must be submitted and accepted by the COR within seven (7) days upon knowledge of any delay. The Contractor s submittal must include the scope, MOP, schedule, and cost. 6.2.5. The Contractor must use all Government Furnished Lenel OnGuard PACS Attic/Spare parts prior to providing the COR a no-cost estimate(s) for replenishing the Attic/Spare parts. The Contractor also must provide a no-cost estimate(s) within seven (7) days of notification for all work considered as end-of-life expectancy, unforeseen or contingency related but required to sustain efficient and safe operations. The Contractor must provide quotes and/or MOPs, that are determined acceptable by the COR. 6.2.6. The Contractor must provide a maintenance Return to Service level of response with a technician on-site to resolve all failures within eight (8) hours after the VA representative calls the Contractor s technical support number. The Lenel OnGuard PACS operating systems must be fully functional upon completion of service call. 6.2.7. The Contractor must provide Lenel OnGuard PACS emergency services and/or repairs as required by the Government. a.) This must be effective during both business and non-business hours. b.) Response time is eight (8) hours. c.) The services and repairs must include all parts and labors. d.) Service will generally be requested by a service ticket signed by the COR; and/or Contractors authorized to request services and sign service tickets. The Contracting Officer (CO), COR, or other designated Government representative may direct the Contractor to perform the work during Holidays and outside of normal Monday through Friday, from 8:00 A.M. through 4:00 P.M. CST business hours. e.) The CO will approve all emergency services and/or repairs above the micro-purchase and the COR can approve all emergency services and/or repairs below the micro-purchase. 6.2.8. The Contractor must supply two (2) annual Lenel Software Support Agreement, two (2) annual Lenel PIV-Class Factory Support Agreement, and two (2) annual PIV-HID Software Support Agreement per each POP. The Contractor must be Lenel OnGuard certified. Deliverables: A. Non-Repairable Equipment B. Quarterly Preventative Maintenance Inspection C. Written Method of Procedure (MOP) D. Software Support Agreement i. Two Annual Lenel OnGuard Software Support Agreement ii. Two Annual Lenel PIV-Class Factory Support Agreement iii. Two Annual PIV-HID Software Support Agreement 6.3. Avigilon VSS Support, Maintenance and Repair 6.3.1. The Contractor must provide support, maintenance, and repair service for the existing Avigilon VSS, furnish all labor, supervision, equipment, tools, material supplies, travel, and transportation necessary to support the Avigilon VSS. The Contractor must repair or replace any Avigilon VSS equipment, see equipment list below, as necessary to keep equipment fully functional and operating. The Contractor must also provide support, maintenance, and repairs to the Avigilon VSS servers, troubleshooting, licensing, testing and basic training (as needed). The Contractor must ensure that all Avigilon VSS equipment is properly configured and setup to achieve internet connectivity for all HITC servers connected to the Avigilon VSS. 6.3.2. The Contractor must obtain all necessary manufacturer s specifications for equipment, parts, and drawings to manage the Avigilon VSS. The Contractor must maintain an on-site inventory mix of appropriate Government furnished replacement parts necessary for the Avigilon VSS. The Contractor must provide non-repairable items to the COR for turn-in and accountability. All replaced equipment is property of the VA. 6.3.3. The Contractor must perform quarterly PM inspection on the Avigilon VSS during the POP. This must include the manual inspecting and testing of all Avigilon VSS components with inspection/testing reports on a regular basis. A written MOP, outlining all the PM tasks must be provided to the COR within 14 days of completed quarterly PM inspection being performed; the COR has final approval authority on the MOP. The Contractor must verify the operation of the Avigilon VSS with the COR upon completion of work. 6.3.4. The Contractor must advise the COR of potential delays (i.e., upon knowledge of any delay), in completion of any aspects of the Avigilon VSS repairs and provide recommendations on actions necessary for keeping the task on schedule. An approval plan must be submitted and accepted by the COR within seven (7) days upon knowledge of any delay. The Contractor s submittal must include the scope, MOP, schedule, and cost. 6.3.5. The Contractor must use all Government Furnished Avigilon VSS Attic/Spare parts prior to providing the COR a no-cost estimate(s) for replenishing the Attic/Spare parts. The Contractor must also provide an Avigilon VSS no-cost estimate(s) within seven (7) days of notification for all work considered as end-of-life expectancy, unforeseen or contingency related but required to sustain efficient and safe operations. The Contractor must provide quotes and/or MOPs, that are determined acceptable by the COR. 6.3.6. The Contractor must provide a maintenance Return to Service level of response with a technician on-site to resolve all failures within eight (8) hours after the VA representative calls the Contractor s technical support number. The Avigilon VSS operating systems must be fully functional upon completion of service call. 6.3.7. The Contractor must provide Avigilon VSS emergency services and/or repairs as required by the Government. a.) This must be effective during both business and non-business hours. b.) Response time is eight (8) hours. c.) The services and repairs must include all parts and labors. d.) Service will generally be requested by a service ticket signed by the COR; and/or Contractors authorized to request services and sign service tickets. The CO, COR, or other designated Government representative may direct the Contractor to perform the work during Holidays and outside of normal Monday through Friday, from 8:00 A.M. through 4:00 P.M. CST business hours. e.) The CO will approve all emergency services and/or repairs above the micro-purchase and the COR can approve all emergency services and/or repairs below the micro-purchase. 6.3.8. The Contractor must provide a boom lift for outdoor Avigilon VSS maintenance, inspection, repair, and/or replacement. Outdoor Avigilon VSS are an estimated 20 30 feet high from the ground, attached to the HITC building. Outdoor Avigilon VSS are also on the HITC rooftop, attached to poles located on the northwest corner of Bldg. #48 on Hines VA Hospital Campus and attached to the Loyola Hospital Parking Lot Bldg. #3. 6.3.9. The Contractor must supply an annual Avigilon Software Support Agreement per each POP. The Contractor must be Avigilon VSS and Avigilon server certified. Deliverables: A. Non-Repairable Equipment B. Quarterly Preventative Maintenance Inspection C. Written Method of Procedure (MOP) D. Software Support Agreement i. Annual Avigilon Software Support Agreement 6.4. Pedestrian/Vehicular Gates Support, Maintenance and Repair 6.4.1. The Contractor must provide support, maintenance, repair, service for the existing Pedestrian/Vehicular Gates, furnish all labor, supervision, equipment, tools material supplies, travel, and transportation necessary to support the Pedestrian/Vehicular Gates. The Contractor must repair and replace any Pedestrian/Vehicular Gate ancillary components, as necessary to keep equipment fully functional and operating. 6.4.2. The Contractor shall provide supervision to maintain the PACS and VSS at the HITC and associated outside property including vehicle/pedestrian gates and access points related to the building. This project will include maintenance and repair of all card readers, electric door strikes, request to exit sensors (REX), Wiegand Interfaces, junction boxes, door sensors/actuators, maglocks, door solenoids, wiring, fire alarm interfaces, microcontrollers and all necessary communication and interfaces with devices. This project will also include maintenance and support to the PACS computer management system to include Lenel OnGuard and PIV Check Plus (HID) desktop software, PIV Card registration readers, troubleshooting, licensing, testing and basic user training (as needed). The Contractor shall manage a service request response system for both PACS and VSS maintenance requests. Deliverables: A. Replacement Parts Package Base and Option Years 6.4.3. The Contractor must provide for the existing Pedestrian/Vehicular Gates the PM listed services below per manufacture recommendations. The Contractor must provide two (2) semiannual PMs during the Base Year POP for this contract and four (4) quarterly PMs per each Option Year POP. A written MOP, outlining all the PM tasks must be provided to the COR within 14 days of completed two (2) Base Year semiannual PMs and four (4) quarterly Option Years inspections being performed; the COR has final approval authority on the MOP. The Contractor must provide to the COR a site visit report listing all updates and outstanding and corrective actions completed. The Contractor must verify the operation of the Pedestrian/Vehicular Gates with the COR upon completion of work. a). Quarterly PM Inspections (i.e., Option Years Only): Visual PM Inspections: Conditions of Control Cabinet Exterior Condition of Cabinet Lock Mechanism Control Cabinet Interior Clean/Dry Mechanical / Electrical: All Fasteners Are Tight Test Disconnect Handle Lubricate Control Cabinet Lock Lubricate Chain Lubricate Gears and Moving Parts Check Electrical Connections Adjust Chain Tension / Chain Brackets Adjust Belt Tension Check Latest Version of Software for The Control Board and Update as Needed Check Battery Back Up Voltage and Batteries for Swelling Safety: Safety Stickers and Signs in Place Test Safety Edge Transmitters (Replace Batteries as Needed) Gates Safety Edges in Place Test Post Mount Safety Edge Test Trailing Safety Edge Test Photo Eye (Replace Reflector if Needed) Test Arming Loop Test Exit Loop Test Reset Loop Test Safety Loop b). Semiannual / Six-Month PM Inspections (i.e., Base Year Only): Repeat the quarterly inspections and adjustments. Inspect Guide Wheels. Check for Proper Adjustment and Wear on Wheels or Gate. Readjust if Necessary. Inspect Roller Wheels, Grease Fittings. Make Sure Oil Seals are Still Tight, and No Grease is Coming Out the sides of the Wheels. Make Sure That the Wheels and Nuts are Still Tight, and the Wheels are Turning Freely. 6.4.4. The Contractor must advise the COR of potential delays (i.e., upon knowledge of any delay), in completion of any aspects of the Physical Access Pedestrian/Vehicular Gates repairs and provide recommendations on actions necessary for keeping the task on schedule. An approval plan must be submitted and accepted by the COR within seven (7) days upon knowledge of any delay. The Contractor s submittal must include the scope, MOP, schedule, and cost. 6.4.5. The Contractor must provide a Physical Access Pedestrian/Vehicular Gates no-cost estimate(s) within seven (7) days of notification for all work considered as end-of-life expectancy, unforeseen or contingency related but required to sustain efficient and safe operations. The Contractor must provide quotes and/or MOPs, that are determined acceptable by the COR. 6.4.6. The Contractor must provide a maintenance Return to Service level of response with a technician on-site to resolve all failures within eight (8) hours after the VA representative calls the Contractor s technical support number. The Pedestrian/Vehicular Gates must be fully functional upon completion of service call. 6.4.7. The Contractor must provide Pedestrian/Vehicular Gates emergency services and/or repairs as required by the Government. a.) This must be effective during both business and non-business hours. b.) Response time is eight (8) hours. c.) The services and repairs must include all parts and labors. d.) Service will generally be requested by a service ticket signed by the COR; and/or Contractors authorized to request services and sign service tickets. The CO, COR, or other designated Government representative may direct the Contractor to perform the work during Holidays and outside of normal Monday through Friday, from 8:00 A.M. through 4:00 P.M. CST business hours. e.) The CO will approve all emergency services and/or repairs above the micro-purchase and the COR can approve all emergency services and/or repairs below the micro-purchase. 6.4.8. The Contractor must provide supervision for the Physical Access Pedestrian/Vehicular gates PM, repair, and replacement of parts by an accredited Continuing Professional Development (CEP) person, certified in Physical Perimeter Security. Deliverables: B. Quarterly Preventative Maintenance Inspection C. Semiannual Preventative Maintenance Inspection D. Written Method of Procedure (MOP) EQUIPMENT LIST Complete access control, alarm monitoring, and video surveillance system located at the HIITC includes the following: QTY) Product / Description Lenel OnGuard PACS includes the following: One Hundred Forty-Six (146) Veridt 900W2037 Stealth Lite (Dual) PIV Card Door Readers Seventy-Six (76) Veridt 900W2036 Stealth (Dual) PIV Card + Pin Door Readers Twelve (12) LNL-3300 Access Panels Nineteen (19) LNL-8000 Access Panels One Hundred Ten (110) LNL-1320 dual Reader Interface Modules One Hundred Eighty-Two (182) Electric Door Strikes with Hinge One Hundred Ninety-Five (195) Request-to-Exit (REX) sensors Two Hundred One (201) Single Door Contact Solenoids One (1) Power Latch Twenty-Two (22) Push to Exit Controllers Twenty-Seven (27) Magnetic Door Locks Five (5) Double Magnetic Door Locks Three (3) Balancing Switches Seven (7) ADA Interface controllers Five (5) Double Door contacts Eleven (11) Automatic Door Openers Three (3) Balancing Switches Thirteen (13) Power Cords for Strikes Two (2) Secure Access Bars Four (4) Timed Locks Six (6) Gate Edge Sensors Six (6) Fire Alarm Interface Controllers Two (2) All Access Control Software (Lenel OnGuard) PACS Software and Related Modules or Application for Four (4) Client Workstations and One (1) Server Two (2) HID Global PIVCLASS Workstation PIV Registration Software for Four (4) Client Workstations and One (1) Server Five (5) HID Global PIV Card registration readers Avigilon VSS includes the following: Two (2) Avigilon Video Edge NVR with Storage System Two (2) Avigilon 12W-H3-4MH-DP1 360 Cameras Two (2) Avigilon 9W-H3-3MH-DP1 180 Cameras Four (4) Avigilon 16L-H4PRO-B 17-50MM Cameras Four (4) Avigilon 5.0L-H4A-BO1-IR 4.3-8MM Cameras Nine (9) Avigilon 3.0C-H4A-BO1-IR 3-9MM Cameras Seven (7) Avigilon 3.0C-H4A-BO2-IR 9-22 MM Cameras Fourteen (14) Avigilon 3.0C-H4A-D1-IR 3-9MM Cameras Twenty-Five (25) Avigilon 3.0C-H4A-D2 9-20MM Cameras Two (2) Avigilon 2.0-H3M-DP1 2.8MM Cameras Forty-Eight (48) Avigilon 2.0C-H4SL-Do1-IR 3-9MM Cameras One (1) Avigilon 12W-H3-4MH-DC1 360 Camera One (1) Siklu MultiHaul Point-to-Point Wireless Equipment Two (2) Avigilon Remote Monitoring Workstations Two (2) Cisco Switches NOTE: Contractor shall field verify all equipment count. Lenel OnGuard PACS and Avigilon VSS Spare Parts and Attic Inventory: The Contractor must supply attic stock for all Lenel OnGuard PACS and Avigilon VSS parts and equipment installed within HITC. The Contractor must provide and maintain the following minimum list of quantities and/or items on later than 60 days from the contract award. Ten (10) Veridt 900W2037 Stealth Lite (Dual) PIV Card Door Readers Seven (7) Veridt 900W2036 Stealth (Dual) PIV Card + Pin Door Readers One (1) Spare Board of Each Type (Non-PXNPlus) From the Micro Controller Three (3) LNL-3300 Access Panels Two (2) LNL-8000 Access Panels Ten (10) LNL-1320 Dual Reader Interface Modules Ten (10) Electric Door Strikes with Hinge Ten (10) Request-to-Exit (REX) Sensors Ten (10) Single Door Contact Solenoids Seven (7) Push to Exit Controllers Seven (7) Magnetic Door Locks Two (2) Double Magnetic Door Locks One (1) Avigilon 12C-H4A-4MH-360 Camera One (1) Avigilon 9C-H4A-3MH-180 Camera One (1) Avigilon 16L-H4PRO-B 17-50MM Camera One (1) Avigilon 6.0C-H5A-BO1-IR 4.3-8MM Camera One (1) Avigilon 4.0C-H5A-BO1-IR 3-9MM Camera One (1) Avigilon 4.0C-H5A-BO2-IR 9-22MM Camera One (1) Avigilon 4.0C-H5A-D1-IR 3-9MM Camera One (1) Avigilon 4.0C-H5A-D2 9-20MM Camera One (1) Avigilon 2.0C-H4M-D1 2.8MM Camera One (1) Avigilon 2.0C-H5SL-DO1-IR 3-9MM Camera One (1) Avigilon 12C-H4A-4MH-360 Two (2) Avigilon H4AMH-AD-PEND1 Outdoor Pendant Mount Adapter Two (2) Avigilon H4AMH-DOCOVR1 Outdoor Dome Covers Two (2) Avigilon IRPTZ-MNT-Wall Indoor/Outdoor Pendant Wall Mounts Two (2) Avigilon H4AMH-AD-Ceil1 In-Ceiling Adapters Two (2) Avigilon H4AMH-DC-COVR1 SMOKE In-Ceiling Smoke Dome Cover 6.5. General Requirements 6.5.1. Enterprise and IT Framework 6.5.2. VA TECHNICAL REFERENCE MODEL The Contractor must support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (VA TRM). The VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. Moreover, the VA TRM, which includes the Standards Profile and Product List, serves as a technology roadmap and tool for supporting OI&T. Architecture & Engineering Services (AES) has overall responsibility for the VA TRM. 6.5.3. Federal Identity, Credential, and Access Management (FICAM) The Contractor must ensure Commercial Off-The-Shelf (COTS) product(s), software configuration and customization, and/or new software are Personal Identity Verification (PIV) card-enabled by accepting HSPD-12 PIV credentials using VA Enterprise Technical Architecture (ETA), https://www.ea.oit.va.gov/EAOIT/VA_EA/Enterprise_Technical_Architecture.asp, and VA Identity and Access Management (IAM) approved enterprise design and integration patterns, https://www.ea.oit.va.gov/EAOIT/docs/Oct_2016_Release_Docs/Privacy-and-Security-User-Identity-Authentication-EDP-V1-7_For-Signed.pdf. The Contractor must ensure all Contractor delivered applications and systems comply with the VA Identity, Credential, and Access Management policies and guidelines set forth in the VA Handbook 6510 and align with the Federal Identity, Credential, and Access Management Roadmap and Implementation Guidance v2.0. The Contractor must ensure all Contractor delivered applications and systems provide user authentication services compliant with the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-63-3, VA Handbook 6500 Appendix F, VA System Security Controls , and VA IAM enterprise requirements for direct, assertion-based authentication, and/or trust-based authentication, as determined by the design and integration patterns. Direct authentication at a minimum must include Public Key Infrastructure (PKI) based authentication supportive of PIV card and/or Common Access Card (CAC), as determined by the business need. The Contractor must ensure all Contractor delivered applications and systems conform to the specific Identity and Access Management PIV requirements set forth in the Office of Management and Budget (OMB) Memoranda M-04-04, M-05-24, M-11-11, and NIST Federal Information Processing Standard (FIPS) 201-2. OMB Memoranda M-04-04, M-05-24, and M-11-11 can be found at: https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/fy04/m04-04.pdf, https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/fy2005/m05-24.pdf, https://obamawhitehouse.archives.gov/sites/default/files/omb/memoranda/2011/m11-11.pdf respectively. Contractor delivered applications and systems shall be on the FIPS 201-2 Approved Product List (APL). If the Contractor delivered application and system is not on the APL, the Contractor shall be responsible for taking the application and system through the FIPS 201 Evaluation Program. The Contractor shall ensure all Contractor delivered applications and systems support: 1. Automated provisioning and are able to use enterprise provisioning service. 2. Interfacing with VA s Master Veteran Index (MVI) to provision identity attributes, if the solution relies on VA user identities. MVI is the authoritative source for VA user identity data. 3. The VA defined unique identity (Secure Identifier [SEC ID] / Integrated Control Number [ICN]). 4. Multiple authenticators for a given identity and authenticators at every Authenticator Assurance Level (AAL) appropriate for the solution. 5. Identity proofing for each Identity Assurance Level (IAL) appropriate for the solution. 6. Federation for each Federation Assurance Level (FAL) appropriate for the solution, if applicable. 7. Two-factor authentication (2FA) through an applicable design pattern as outlined in VA Enterprise Design Patterns. 8. A Security Assertion Markup Language (SAML) implementation if the solution relies on assertion-based authentication. Additional assertion implementations, besides the required SAML assertion, may be provided as long as they are compliant with NIST SP 800-63-3 guidelines. 9. Authentication/account binding based on trusted Hypertext Transfer Protocol (HTTP) headers if the solution relies on Trust based authentication. 10. Role Based Access Control. 11. Auditing and reporting capabilities. 12. Compliance with VAIQ# 7712300 Mandate to meet PIV requirements for new and existing systems. The required Assurance Levels for this specific effort are Identity Assurance Level 3, Authenticator Assurance Level 3, and Federation Assurance Level 3. 6.5.4. Internet Protocol Version 6 (IPV6) The Contractor solution shall support the latest Internet Protocol Version 6 (IPv6) based upon the directives issued by the Office of Management and Budget (OMB) on August 2, 2005 (https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/fy2005/m05-22.pdf) and September 28, 2010 (https://obamawhitehouse.archives.gov/sites/default/file/omb/assets/egov_docs/transition-to-ipv6.pdf). IPv6 technology, in accordance with the USGv6 Profile, NIST Special Publication (SP) 500-267 (https://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication500-267.pdf), the Technical Infrastructure for USGv6 Adoption (https://www.nist.gov/programs-projects/usgv6-program), and the NIST SP 800 series applicable compliance (https://csrc.nist.gov/publications/sp) shall be included in all IT infrastructures, application designs, application development, operational systems and sub-systems, and their integration. In addition to the above requirements, all devices shall support native IPv6 and/or dual stack (IPv6 / IPv4) connectivity without additional memory or other resources being provided by the Government, so that they can function in a mixed environment. All public/external facing servers and services (e.g., web, email, DNS, ISP services, etc.) shall support native IPv6 and/or dual stack (IPv6/ IPv4) users and all internal infrastructure and applications shall communicate using native IPv6 and/or dual stack (IPv6/ IPv4) operations. Guidance and support of improved methodologies which ensure interoperability with legacy protocol and services in dual stack solutions, in addition to OMB/VA memoranda, can be found at: https://www.voa.va.gov/documentlistpublic.aspx?NodeID=282. 6.5.5. Trusted Internet Connection (TIC) The Contractor solution shall meet the requirements outlined in Office of Management and Budget Memorandum M08-05 mandating Trusted Internet Connections (TIC) (https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/f y2008/m08-05.pdf), M08-23 mandating Domain Name System Security (NSSEC) (https://obamawhitehouse.archives.gov/sites/default/files/omb/assets/omb/memoranda/f y2008/m08-23.pdf), and shall comply with the Trusted Internet Connections (TIC) Reference Architecture Document, Version 2.0 Trusted Internet Connections Reference Architecture Document Version 2.2 (cisa.gov) 6.5.6. Standard Computer Configuration The Contractor IT end user solution that is developed for use on standard VA computers shall be compatible with and be supported on the standard VA operating system, currently Windows 11 (64bit), Microsoft Edge Explorer 9 and Office 365 ProPlus. In preparation for the future VA standard configuration update, end user solutions shall also be compatible with Windows 11. Applications delivered to the VA and intended to be deployed to Windows 11 workstations shall be delivered as a signed .msi package with switches for silent and unattended installation and updates shall be delivered in signed .msp file formats for easy deployment using System Center Configuration Manager (SCCM) VA s current desktop application deployment tool. Signing of the software code shall be through a vendor provided certificate that is trusted by the VA using a code signing authority such as Verizon/Cybertrust or Symantec/VeriSign. The Contractor shall also ensure and certify that their solution functions as expected when used from a standard VA computer, with non-admin, standard user rights that have been configured using the United States Government Configuration Baseline (USGCB) and Defense Information Systems Agency (DISA) Secure Technical Implementation Guide (STIG) specific to the client operating system being used. 6.5.6. Veteran Focused Integration Process (VIP) The Contractor shall support VA efforts IAW the Veteran Focused Integration Process (VIP). VIP is a Lean-Agile framework that services the interest of Veterans through the efficient streamlining of activities that occur within the enterprise. The VIP Guide can be found at https://www.voa.va.gov/DocumentView.aspx?DocumentID=4371. The VIP framework creates an environment delivering more frequent releases through a deeper application of Agile practices. In parallel with a single integrated release process, VIP will increase cross-organizational and business stakeholder engagement, provide greater visibility into projects, increase Agile adoption and institute a predictive delivery cadence. VIP is now the single authoritative process that IT projects must follow to ensure development and delivery of IT products. 6.5.7. Process Asset Library (PAL) The Contractor shall perform their duties consistent with the processes defined in the OIT Process Asset Library (PAL). The PAL scope includes the full spectrum of OIT functions and activities, such as VIP project management, operations, service delivery, communications, acquisition, and resource management. PAL serves as an authoritative and informative repository of searchable processes, activities or tasks, roles, artifacts, tools and applicable standards and guides to assist the OIT workforce, Government and Contractor personnel. The Contractor shall follow the PAL processes to ensure compliance with policies and regulations and to meet VA quality standards. The PAL includes the Contractor onboarding process consistent with Section 6.2.2 and can be found at https://www.va.gov/PROCESS/artifacts/maps/process_CONB_ext.pdf. The main PAL can be accessed at www.va.gov/process. 6.5.8. Authoritative Data Sources The VA Enterprise Architecture Repository (VEAR) is one component within the overall Enterprise Architecture (EA) that establishes the common framework for data taxonomy for describing the data architecture used to develop, operate, and maintain enterprise applications. The Contractor shall comply with the department s Authoritative Data Source (ADS) requirement that VA systems, services, and processes throughout the enterprise shall access VA data solely through official VA ADSs where applicable, see below. The Information Classes which compose each ADS are located in the VEAR, in the Data & Information domain. The Contractor shall ensure that all delivered applications and system solutions support: 1. Interfacing with VA s Master Veteran Index (MVI) to provision identity attributes, if the solution relies on VA user identities. MVI is the authoritative source for VA user identity data. 2. Interfacing with Capital Asset Inventory (CAI) to conduct real property record management actions, if the solution relies on real property records data. CAI is the authoritative source for VA real property record management data. 3. Interfacing with electronic Contract Management System (eCMS) for access to contract, contract line item, purchase requisition, offering vendor and vendor, and solicitation information above the micro-purchase threshold, if the solution relies on procurement data. ECMS is the authoritative source for VA procurement actions data. 4. Interfacing with HRSmart Human Resources Information System to conduct personnel action processing, on-boarding, benefits management, and compensation management, if the solution relies on personnel data. HRSmart is the authoritative source for VA personnel information data. 5. Interfacing with Vet360 to access personal contact information, if the solution relies on VA Veteran personal contact information data. Vet360 is the authoritative source for VA Veteran Personal Contact Data. 6. Interfacing with VA/Department of Defense (DoD) Identity Repository (VADIR) for determining eligibility for VA benefits under Title 38, if the solution relies on qualifying active-duty military service data. VADIR is the authoritative source foe Qualifying Active-Duty military service in the VA. 7. Delivery Schedule. Task Deliverable Quantity Delivery Date Task #: 6.2.1. and 6.3.1. Lenel OnGuard PACS and Avigilon VSS Support, Maintenance and Repair Services Weekly (i.e., 52 Weeks per POP) Weekly Task #: 6.2.3. and 6.3.3. Lenel OnGuard PACS and Avigilon VSS Quarterly PM Quarterly (i.e., every three (3) months per POP) Quarterly Task # 6.4.2. Pedestrian and Vehicular Gates Quarterly and Semiannual PM Quarterly Four (4) (i.e., per Option Years POP) Semiannual Two (2) (i.e., per Base Year POP) Quarterly (Each Quarter) and Semiannual (Every 6 month) Task #: 6.1.2) Lenel OnGuard PACS and Avigilon VSS Weekly Service Log and Monthly Progress Report Weekly Service Log 52 Weeks (i.e., every week per POP) Monthly Progress Report 12 Months (i.e., every month per POP) Task #: 6.1.1. Contractor Project Management Plan As Required Task # 9.2. Contractor Staff Roster As Required 8. Government-Furnished Information, Equipment, and Facilities. 8.1. Confidentiality and Non-Disclosure The Contractor must follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations. The Contractor will not 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.  8.1.1. The Contractor will have access to some privileged and confidential materials of VA. These printed and electronic documents are for internal use only, are not to be copied or released without permission, and remain the sole property of VA. Some of these materials are protected by the Privacy Act of 1974 (revised by PL 93-5791) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials is a criminal offense. 8.1.2. The VA Contracting Officer will be the sole authorized official to release in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. The Contractor must not release any information. Any request for information relating to this contract presented to the Contractor must be submitted to the VA Contracting Officer for response. 8.1.3. The Contractor personnel recognize that in the performance of this effort, Contractor personnel may receive or have access to sensitive information, including information provided on a proprietary basis by carriers, equipment manufacturers and other private or public entities. Contractor personnel agree to safeguard such information and use the information exclusively in the performance of this contract. Contractor shall follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations as enumerated in this section and elsewhere in this Contract and its subparts and appendices. 8.1.4. The Contractor must limit access to the minimum number of personnel necessary for contract performance for all information considered sensitive or proprietary in nature. If the Contractor is uncertain of the sensitivity of any information obtained during the performance this contract, the Contractor has a responsibility to ask the VA Contracting Officer. 8.1.5. The Contractor must train all of their employees involved in the performance of this contract on their roles and responsibilities for proper handling and nondisclosure of sensitive VA or proprietary information. Contractor personnel must not engage in any other action, venture or employment wherein sensitive information shall be used for the profit of any party other than those furnishing the information. The sensitive information transferred, generated, transmitted, or stored herein is for VA benefit and ownership alone. 8.1.6. The Contractor must maintain physical security at all facilities housing the activities performed under this contract, including any Contractor facilities according to VA-approved guidelines and directives. 8.1.7. The Contractor must adhere to the following: 8.1.7.1. The use of thumb drives or any other medium for transport of information is expressly prohibited. 8.1.7.2. Controlled access to system and security software and documentation. 8.1.7.3. Recording, monitoring, and control of passwords and privileges. 8.1.7.4. All terminated personnel are denied physical and electronic access to all data, program listings, data processing equipment and systems. 8.1.7.5. VA, as well as any Contractor (or Subcontractor) systems used to support development, provide the capability to cancel immediately all access privileges and authorizations upon employee termination. 8.1.7.6. Contractor PM and VA PM are informed within 24-hours of any employee termination. 8.1.7.7. Acquisition sensitive information shall be marked Acquisition Sensitive and shall be handled as For Official Use Only (FOUO) . 8.1.7.8. Contractor does not require access to classified data. 8.1.8. Regulatory standard of conduct governs all personnel directly and indirectly involved in procurements. All personnel engaged in procurement and related activities shall conduct business in a manner above reproach and, except as authorized by statute or regulation, with complete impartiality and with preferential treatment for none. The general rule is to strictly avoid any conflict of interest or even the appearance of a conflict of interest in VA/Contractor relationships. 9. Security Requirements. 9.1. Position/Task Risk Designation Level(s) In accordance with VA Handbook 0710, Personnel Security and Suitability Program, the position sensitivity, and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are: Position Sensitivity and Background Investigation Requirements by Task Task Number Tier 1 / Low Risk Tier 2 / Moderate Risk Tier 4 / High Risk 9.1. 9.2. 9.2. The Tasks identified above, and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. 9.2. Contractor Personnel Security Requirements 9.2.1. Contractor Responsibilities: 9.2.1.1. The Contractor must prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak, and understand the English language. 9.2.1.2. Within 3 business days after award, the Contractor must provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations in accordance with the PAL template artifact. The Contractor Staff Roster must contain the Contractor s Full Name, Date of Birth, Place of Birth, individual background investigation level requirement (based upon Section 9.1 Tasks), etc. The Contractor must submit full Social Security Numbers either within the Contractor Staff Roster or under separate cover to the COR. The Contractor Staff Roster must be updated and provided to VA within 1 day of any changes in employee status, training certification completion status, Background Investigation level status, additions/removal of employees, etc. throughout the Period of Performance. The Contractor Staff Roster must remain a historical document indicating all past information and the Contractor shall indicate in the Comment field, employees no longer supporting this contract. The preferred method to send the Contractor Staff Roster or Social Security Number is by encrypted e-mail. If unable to send encrypted e-mail, other methods which comply with FIPS 140-2 are to encrypt the file, use a secure fax, or use a traceable mail service. 9.2.1.3. The Contractor must coordinate with the location of the nearest VA fingerprinting office through the COR. Only electronic fingerprints are authorized. The Contractor shall bring their completed Security and Investigations Center (SIC) Fingerprint request form with them (see paragraph d.4. below) when getting fingerprints taken. 9.2.1.4. The Contractor must ensure the following required forms are submitted to the COR within 5 days after contract award: 1) Optional Form 306 2) Self-Certification of Continuous Service 3) VA Form 0710 4) Completed SIC Fingerprint Request Form 9.2.1.5. The Contractor personnel must submit all required information related to their background investigations (completion of the investigation documents (SF85, SF85P, or SF 86) utilizing the Office of Personnel Management s (OPM) Electronic Questionnaire for Investigations Processing (e-QIP) after receiving an email notification from the Security and Investigation Center (SIC). 9.2.1.6. The Contractor employee must certify and release the e-QIP document, print and sign the signature pages, and send them encrypted to the COR for electronic submission to the SIC. These documents shall be submitted to the COR within 3 business days of receipt of the e-QIP notification email. (Note: OPM is moving towards a click to sign process. If click to sign is used, the Contractor employee must notify the COR within 3 business days that documents were signed via e-QIP). 9.2.1.7. The Contractor must be responsible for the actions of all personnel provided to work for VA under this contract. If damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident. 9.2.1.8. A Contractor may be granted unescorted access to VA facilities and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC), completed training delineated in VA Handbook 6500.6 (Appendix C, Section 9), signed Contractor Rules of Behavior , and with a valid, operational PIV credential for PIV-only logical access to VA s network. A PIV card credential can be issued once your SAC has been favorably adjudicated and your background investigation has been scheduled by OPM. However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of OPM. 9.2.1.9. The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor s employee as determined by the Government, must withdraw the employee from consideration in working under the contract. 9.2.1.10. Failure to comply with the Contractor personnel security investigative requirements may result in loss of physical and/or logical access to VA facilities and systems by Contractor and Subcontractor employees and/or termination of the contract for default. 9.2.1.11. Identity Credential Holders must follow all HSPD-12 policies and procedures as well as use and protect their assigned identity credentials in accordance with VA policies and procedures, displaying their badges at all times, and returning the identity credentials upon termination of their relationship with VA. 9.2.1.12. The Contractor must obtain all necessary licenses and/or permits required to perform the work, with the exception of software licenses that need to be procured from a Contractor or vendor in accordance with the requirements documents. The Contractor must take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of the contract. Deliverable: A. Contractor Staff Roster 10. Key Personnel. The Contractor s Technician(s) must be Lenel OnGuard PACS certified as well as Avigilon VSS and Avigilon computer/server certified. The Contractor s Technician/Supervisor must be for the Physical Access Pedestrian/Vehicular gates PM, repair, and replacement of parts an accredited Continuing Professional Development (CEP) person, certified in Physical Perimeter Security. Due to requirement of 24/7 support, the Contractor must have local representatives that can satisfy the required response time for repairs, as defined in paragraph 6 above. 11. Task Order Quality Assurance Surveillance Plan (QASP). The Government shall evaluate the Contractor's performance in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the government must do to ensure the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rates. Deliverable or Requirement Performance Standard Surveillance Method Outcome Technical / Quality of Product or Service 1. Demonstrates understanding of requirements. 2. Efficient and effective in meeting requirements 3. Meets technical needs and mission requirements 4. Provides quality services/product 100% inspection. The COR will review each Deliverable for quality/timeliness according to criteria established in this TO. Poor performance may result in issuance of a Contractor Discrepancy Report (CDR). The Contractor s performance on this TO will be reported to the Contractor Performance Assessment Reporting System (CPARS). The CO and COR will make use of information from CDRs, as well as any additional knowledge and information available to them with respect to the Contractor s performance, to complete the CPARS. The Contractor will be given an opportunity to correct non-conforming services at no cost to the Government if the services are non-conforming or the contract requirement is unacceptable. Project Milestones and Schedule 1. Established milestones and project dates are met 2. Products completed, reviewed, delivered in accordance with the established schedule 3. Notifies customer in advance of potential problems 100% inspection. The COR will review each Deliverable for quality/timeliness according to criteria established in this TO. The Government will not pay for services that do not conform or do not meet performance standards or have not been properly rendered. Cost & Staffing 1. Currency of expertise and staffing levels appropriate 2. Personnel possess necessary knowledge, skills, and abilities to perform tasks 100% inspection. The COR will review each Deliverable for quality/timeliness according to criteria established in this TO. The Government will not pay for services that do not conform or do not meet performance standards or have not been properly rendered. Management 1. Integration and coordination of all activities to execute effort 100% inspection. The COR will review each Deliverable for quality/timeliness according to criteria established in this TO. Poor performance may result in issuance of a Contractor Discrepancy Report (CDR). The Contractor s performance on this TO will be reported to the Contractor Performance Assessment Reporting System (CPARS). The CO and COR will make use of information from CDRs, as well as any additional knowledge and information available to them with respect to the Contractor s performance, to complete the CPARS. The Contractor will be given an opportunity to correct non-conforming services at no cost to the Government if the services are non-conforming or the contract requirement is unacceptable. The Contractor s performance on this task order will be reported on an annual basis to the Contractor Performance Assessment Reporting System (CPARS). Poor performance may result in issuance of a Contractor Discrepancy Report (CDR). The CO and COR will make use of information from CDRs, as well as any additional knowledge and information available to them with respect to the Contractor s performance, to complete the CPARS. The Government will not pay for services that do not conform or do not meet performance standards or have not been properly rendered. The Contractor will be given an opportunity to correct non-conforming services at no cost to the Government if the services are non-conforming or the contract requirement is unacceptable. 12. Housekeeping. The Contractor shall keep the job site clean, free from accumulations of waste material or trash. The Contractor shall be responsible for removing all waste material or trash from Government property, as to deter accumulation of debris. All material subject to recycling shall be properly disposed. 13. Non-Personal Services Statement. Contractor employee(s) performing services will be controlled, directed and supervised at all times by management personnel of the Contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). 14. SITE VISIT. It is strongly suggested and expected that the offeror inspect the campus to be serviced to fully understand the nature of the work and the conditions under which the work is to be performed. In no case shall failure to inspect the campus constitute grounds for a claim after contract award.  14.1 SITE VISIT IS TO BE SCHEDULED WITH THE COR. 14.2 PLEASE NOTE: WHILE ON CAMPUS, ALL PERSONS WILL BE REQUIRED TO WEAR MASKS INSIDE ANY VAMC BUILDING AND WHILE TRAVELING IN VEHICLES FOR PURPOSES OF THE SITE VISIT.