Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
1
Statement of Work (SOW)
AMAG SYMMETRY HSE Maintenance and Support
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for Wewoka
Indian Health Center to provide AMAG symmetry software version pro HSE (Homeland Security
Edition) and HSE control boards for our door access system. Along with providing Maintenance and
support contract for the entire AMAG system that is at all three buildings of Wewoka Indian Health
Center. All equipment shall be new.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
2.1. The contractor shall remove all door access control boards M2150 DBC and BC style boards and
replace them with M4000 HSE (Homeland Security Edition).
2.2. The contractor shall install Pro HSE (Homeland Security Edition) symmetry software to a virtual
server at Wewoka Indian Health Center (this can be done during normal business hours ahead of
installing the M4000 boards).
2.3. The contractor shall provide three (3) PIV readers to be integrated to the symmetry system to read
new PIV cards and import the data off the PIV card to populate with-in Symmetry system.
2.4. The contractor shall provide a maintenance support services for all AMAG Symmetry software,
and hardware associated with AMAG symmetry HSE (Homeland Security Edition).
3. PERIOD OF PERFORMANCE
The installation date of the components shall be no later than 60 days from the award date. The
Maintenance and Support of the contract will be a twelve (12) month base year with four (4) twelve (12)
month option years contract.
4. LEVEL OF EFFORT
4.1. The Contractor needs to bring the old software support agreement up to date and provide a Software
support agreement for the base year and every option year.
4.2. The contractor shall upgrade the current software (Symmetry PRO) to PRO HSE (Homeland
Security Edition) AMAG Symmetry software provided by AMAG software upgrade with a SSA
(software support agreement) with three (3) client license to a virtual server provided by Wewoka
Indian Health Center. This shall be done prior to installing the control boards.
4.3. The contractor shall provide and install three (3) PIV card readers smart card encoders and software
to three different computers (IHS will provide the desktop computers) for reading new PIV cards to
upload information into AMAG Symmetry software for new employees.
4.4. The contractor shall remove the following from the Wewoka Indian Health Center: clinic server
room, one (1) M2150 8DBC multimode board, one (1) M2150 4DBC board, four (4) M2150 2DC
boards and nic cards. The contractor shall remove these M2150 boards in a manner to be re-used
and give them to the Contracting Officer Representative for Wewoka Indian Health Center.
4.5. The Contractor shall install, and connect all wires associated with the controllers at Wewoka Indian
Health Center clinic server room, one (1) M4000 DBB and five (5) M4000-DEC4 and configure in
Symmetry system, this will be done after hours preferable on a weekend to not to interrupt patient
care. The installation of the software to the server can be done doing normal business hours before
the installation of M4000 boards.
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
2
4.6. The contractor shall remove the following from the Wewoka Indian Health Center Administration
building server room, one (1) M2150 8DBC board and replace with one (1) M4000-DBB and
two(2) M4000-DEC4 boards. The contractor shall remove in a manner to be able to re-use the
M2150 board and give the board to the Contracting Officer Representative for Wewoka Indian
Health Center.
4.7. The contractor shall install a one (1) M4000-DBB and one(1) M4000-DEC4 boards along with all
components at the Wewoka Indian Health Center Warehouse building server room.
4.8. The contractor shall provide new flash cards if needed and reflash the readers to make sure old PIV
cards, new PIV cards, and temporary access control cards work with all readers. The new flash
cards shall be given to Contracting Officer Representative for Wewoka Indian Health Center.
4.9. The Contractor shall remove all old HID door readers and turn them into the Contracting Officer
Representative. The contractor shall install twenty-nine(29) new HID door readers model
#40KHTKS-03-004XMB wall switch, keypad, SIGNO PIV, Terminal strip, Black body, Silver
trim, PROX enabled, 128 Bit reversed MSB, ASCII keypad, OSDPv2. The contractor shall provide
four (4) new HID model 40KHTKS-03-004XMB readers as spares to the Contractor Officer
Representative.
4.10. The contractor shall provide maintenance and support for all software and equipment associated
with AMAG Pro HSE (Homeland Security Edition) system which includes software, door readers,
M4000 DBC boards, cables and connections.
4.11. The Contractor shall provide service calls during normal business hours from 8:00 am to 5:00 pm
and shall respond later two (2) business days from receipt of phone call of an issue.
4.12. The Contractor shall provide all parts and labor associated with any issues with the AMAG
Symmetry HSE system.
4.13. The contractor shall be responsible for all travel cost and associated expenses to and from the
Wewoka Indian Health Center.
4.14. The contractor shall provide parts to fix issues during the service call with-in five (5) business days,
if this can not be achieved a temporary solution must be achieved to not to have any down time
with-in the AMAG Symmetry system.
4.15. Training: Contractor shall provide training on functionality and loading new employee PIV cards
into the new PRO HSE AMAG Symmetry software to four Wewoka Indian Health Center
employees.
5. SPECIAL REQUIREMENTS
5.1. In accordance with HHSAR 304.1301 HHS follows National Institute of Standards and Technology
(NIST) Federal Information Processing Standards (FIPS) Publication (PUB) Number 201-2,
Personal Identity Verification (PIV) of Federal Employees and Contractors, and OMB
implementation guidance for personal identity verification, for all affected contractor and
subcontractor personnel when contract performance requires contractors to have routine physical
access to a federally-controlled facility and/or routine physical and logical access to a federallycontrolled
information system.
5.2.The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and
grounds). No tobacco/smoking use will be tolerated during service.
5.3.Security Requirements: Contractor personnel will be required to contact the government designated
point of contact upon arrival when reporting for service calls or delivery supplies. The contractor
shall be responsible for the security of all organizational information. Current rules and regulations
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
3
applicable to the premises, where the work shall be performed shall apply to the contractor and its
employees while working on the premises. These regulations include but are not limited to, escort
by Wewoka Indian Health Center official, presenting valid identification, smoking restriction and
any safety procedures.
5.4.The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible
legal actions.
5.4.1.All inquiries, comments, or complaints arising from any matter observed, experienced or
learned of as a result of or in connection with the performance of the contract, the resolution
of which may require the dissemination of official information, shall be directed to the
government’s designated representative.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the
designated government employee. The government will provide the contractor with dock access
and building access for this sole purpose. The designated government employee will work with the
pertinent government agency(ies) to secure the needed dock access. No deliveries can be made
after 4:15pm. Driver needs a valid ID.
6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to
the government’s designated representative for coordination of supplies, delivery, and/or
maintenance. The POC will be empowered to make daily decisions to ensure that the contract
implementation and day-to-day maintenance meets the terms and conditions of this contract.
6.3. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for
service calls, which must be answered during at least eight working hours, between 8:00 am and
4:30 pm, Monday through Friday.
6.4. Personnel Qualifications:
Contractor shall be an AMAG Symmetry dealer and experienced with AMAG symmetry
maintenance and support.
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
7.1. The Government shall supply M2150 boards to be upgraded, along with a virtual server to install
the Pro HSE (Homeland Security Edition) of AMAG symmetry software be installed on.
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all
personnel, materials, supplies and equipment required to perform work under the contract.
9. CHANGES TO THE STATEMENT OF WORK (SOW)
Any changes to this SOW shall be authorized and approved only through written correspondence from
the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the
Contracting Officer shall be borne by the contractor.