J065--Sources Sought PACS Maintenance, LT, VISN
This is a Request for Information (RFI) to conduct market research to determine the availability of vendors capable of providing the requirement for McKesson Radiology Picture Archiving and Communicat... This is a Request for Information (RFI) to conduct market research to determine the availability of vendors capable of providing the requirement for McKesson Radiology Picture Archiving and Communication System Support (PACS) along with maintenance support. This requirement is for the James H. Quillen VA Medical Center, Tennessee Valley VA Medical Centers, Memphis VA Medical Center, Lexington VA Medical Center, and Robley Rex VA Medical Center. This RFI does not guarantee the issuance of an RFQ. If you have the availability to provide the requirement, please respond to this RFI with a capabilities statement. This RFI is issued solely for information and planning purposes. It does not commit the Government to contract for any supply or service whatsoever. The VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. STATEMENT OF WORK VISN McKesson Radiology Picture Archiving and Communication System Support GENERAL INFORMATION Title of Project: VISN McKesson Radiology Picture Archiving and Communication System Support Background: Veteran Integrated Service Network (VISN) 9 employs 83 radiologist across 5 facilities. VISN 9 primary facilities are Tennessee Valley, Mountain Home and Lexington Healthcare Systems, Memphis and Louisville. Also included are additional Clinics and CBOCs located in Tennessee, Northern Georgia and Kentucky. The VISN solution for Picture Archiving and Communication System (PACS) is Change Healthcare s McKesson Radiology Enterprise PACS (MR PACS). VISN 9 purchased McKesson Radiology PACS as a comprehensive radiology solution via DIN-PACS for all VISN facilities, Clinics and CBOCs. Core VISN MR PACS presently operates at version 12.2.3. VISN MR PACS is interfaced with and archives DICOM to VA s VistA Imaging. MR PACS is interfaced with the VISN s common voice dictation system, Nuance PowerScribe 360 and VA s VistA HIS/RIS for reporting. VISN MR PACS primary database and DICOM PACS archive is hosted from the Nashville facility. Secondary backup database and PACS archive is hosted at Mountain Home which also serves as the failover disaster recover solution site. McKesson Radiology Network Shelter Servers support limited use functionality for contingent operations at the Mountain Home, Lexington, Louisville and Memphis sites. This requirement is for a maintenance and support contract for MR PACS and associated integrated or bundled radiology applications and functionality. High system availability and functionality for radiologists throughout VISN 9 must be achieved. To maintain functionality, security, and compatibility with more current server operating systems and other dependencies, VISN 9 requires professional services for MR PACS version 12.x.x updates or upgrades during the contract period. Professional services are required to ensure adequate system uptime is maintained during any version update or upgrade. Scope of Work: The contractor shall provide software support for VISN 9 Change Healthcare McKesson Radiology MR PACS per Schedule of Deliverables to maintain maximum system availability and performance throughout VISN 9. MR PACS must be maintained at high system health levels to support its base volume license of 550,889 total exams per year at a minimum per Attachment A. System availability is defined as 99.99% uptime. All-inclusive service support for software and hardware shall include system operation, backups, updates, upgrades, preventive maintenance and follow-on training for PACS and related equipment and software purchased or licensed for the term of the contract. Updates are defined as all modifications to correct or improve system operation and current functions including known remedies for security vulnerabilities. Upgrades are defined as providing additional functionality which are made available for purchase separately. High system availability as defined much be achieved during periods of system upgrades. System availability as defined above is applicable to all systems specified in this support agreement regardless if an MR PACS core system or optional component, third party application and/or managed service. Systems include but are not limited to McKesson Radiology Network Shelter and Care Continuance. McKesson Radiology Mammography Plus as specified by exam volume per year in Attachment A. McKesson Radiology DynaParam simple interface software license per interface per Attachment A. Software support for other integrated or acquired applications which include MedView - Corridor, MedView Client (PACS Plug-In) and Corridor 4DM MI (SPECT-PET) and concurrent licenses per Attachment A. OrthoView orthopedic viewing and surgery planning support enterprise licensing and associated markers as identified on Attachment A. Bayer Radiometric Radiation Dose Management with software licenses based per ionizing radiation exam types per Attachment A. Radiometric outbound HL7 Interface and software license for outbound SR interface and Test Server per Attachment A. Radiometric ADT Interface, QICS, Medview, Conserus Workflow Intelligence bundled services (5) <800,000 annual exam procedures per year per Attachment A. Underlying applications and utilities such as SQL, MySQL, Oracle, HP and Nexsan network attached storage and archive solutions. PACS software and technical phone support on an as-needed basis will be provided to VA staff in support of VA owned Diagnostic and Clinical Workstations for the duration of the contract. A comprehensive Quality Control/Test Plan must be provided to VA which demonstrates a series of tests used to verify complete functional readiness of the system prior to go-live activation. This is specific to any system updates and/or upgrades. The Test Plan can be tailored for the specific installation at an individual site or as a whole based on the application or hardware updated or upgraded. The Quality Control / Test Plan must include validation of equipment and software features impacted. Vendor shall provide, 24/7 continuous remote health monitoring for all supported systems through active VA Site-to-Site VPN Connection with associated security controls for PACS hardware and software. VA Security Training shall be in place and current for technical support staff. Vendor shall supply live technical support by telephone, 24/7/365 during core support hours. Core support hours are defined as Weekdays 5am to 6pm (Pacific Time). This support shall be provided by technical support staff not a message center. Technical support should not pass through dispatch layers during core support hours. During core support hours, VA technical and radiology clinical staff shall be connected directly with qualified support representatives. After-hours technical support is coverage outside of core hours defined above. Software support, for critical and significant issues impacting functional use must be available 24 hours per day, 7 days per week. VA staff shall place calls for support using the regular support line. Vendor support personnel must contact VA staff within 15 minutes after receipt of the call for service. Vendor must provide an internal failsafe mechanism to escalate the request for service should a return call not be initiated within 15 minutes. Failsafe escalation must engage other vendor support staff or support management personnel to immediately follow-up with VA personnel and initiate resolution actions for issue(s) identified. The requirement for issue engagement by qualified vendor support personnel remains at 15 minutes after receipt of the initial call for service. If an issue covered under maintenance services cannot be resolved remotely, a field service support representative must be dispatched on-site. VA staff shall be permitted to use e-mail or a secure vendor support portal to communicate with vendor support staff. E-mail or an external vendor web portal shall not be used for initial reporting of urgent issues. E-mail communication will be reserved for follow-up communication of open issues. E-mail will be permitted for initial reporting of non-urgent issues to vendor support staff. Equipment and infrastructure must be supported to provide high availability of system functionality as defined above. Specific systems and hardware support are identified in Schedule of Deliverables Attachment A. The systems and hardware include but is not limited to High Availability Database Server up to 1,500,000 exams per year (HP), McKesson Radiology Application Servers, McKesson Radiology Test Server, Clinical Reference Viewer Servers (HP), Care Continuance Database Servers, Network Shelter Servers (HP), McKesson Radiology Edge Servers, Communications Manager Pair up to 10,000,000 exams per year (BIG-IP s), Nexsan Image Storage NAS 154TB Usable, Nexsan Assureon Network Storage Archive and extensions 631.8TB Usable, Network Attached Storage 104.5TB (HP), associated 24 port wwitches and associated 42U server racks. PeerVue large scale server <3M exams and PeerVue Test Server. McKesson Study Share Server (HP) including 1600GB useable storage. Radimetrics medium server up to 600,000 studies per hear (HP), Hardware is further defined as equipment provided under original DIN-PACS order or equipment augmented or replaced since initial acceptance. Reference Schedule of Deliverables attachment A for specific hardware breakdown and structure of associated PACS and third-party application hardware infrastructure. MR PACS VISN 9 architecture must be maintained to accommodate 610,228 imaging studies per year plus growth factor of 10% per year. 24/7 online access to active and resolved support issue documentation both historical and for the present period of performance must be maintained and available. Access to approved list of Microsoft platform patches and anti-virus definition files must be made available. Three (3) copies of each service bulletin affecting safety or maintenance of equipment furnished under this contract will be forwarded to the PACS Administrators, Biomedical Engineers, and FCIO at each station and to the VISN PACS System Administrators during the period of performance, as well as an email message to the same. If any product requires modification, is removed or recalled by the vendor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the vendor or manufacturer: Notify the designated COTR in writing, by the most expeditious manner possible (email message preferred). The notice shall consist of two copies of the official notification and shall include but not be limited to the following: Vendor must have clearly defined procedures for managing product notification, removal or recall. These procedures must be compliant with all governing regulatory requirements, including those of the FDA. The procedures must include timely written communication to all affected customers at each medical center. Complete item description and/or identification must be provided to include reasons for modifications removal or recall. Necessary instruction for replacement or corrective action must be provided. This information must be provided to all agencies and VA Hospital sites and Healthcare Systems who purchased the products. Contracting Office shall be provided a copy of the product recall/modification cited above. Under no circumstance shall any software or hardware storage media be removed from VA facilities by the Vendor or sub-contractors. Any software or hardware storage media that fails becomes property of the VA. No defective storage media can be exchanged or returned to the Vendor or manufacturer for any reason. VA reserves the right to seize or retain any media, data, or hardware that is involved in any Federal investigation for any reason, The VA will not be charged for any media that it takes possession of for these reasons. Upon termination of the contract, all media becomes property of the VA and shall be sanitized in accordance with VA Handbook 6500.1 Electronic Media Sanitization, Appendix B, after successful data migration to a new PACS System. System Turn-Over/ Phase Out and Cooperation with follow-on vendor / Government will adhere to agreements identified in initial DIN-PACS acquisition. Performance Period: The period of performance is for one (1) base year and four (4) one (1) year options. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Type of Contract: Firm-Fixed-Price Place of Performance: Tennessee Valley Healthcare System, Mountain Home Healthcare System, Lexington Healthcare System, Memphis and Louisville. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. C. GENERAL REQUIREMENTS The contractor shall comply with Section D and all work will be coordinated with the Contracting Officer Representative (COR). Prior to payment issuance, the COR will be required to validate satisfactory completion of each line item. VISN 9 COR Brandon Weiss (615)-225-3646 Brandon.Weiss@va.gov D. TASKS AND ASSOCIATED DELIVERABLES The contractor shall provide the tasks and deliverables described below within the performance period stated in Section A.4 of this SOW. The contractor shall provide licensing, updates, available upgrades, professional services for project management, database migration and training and unlimited software support for VISN 9 s Nuance PowerScribe 360 Voice Recognition System servicing Tennessee Valley, Memphis, Mountain Home, Louisville and Lexington VA Medical Centers and Healthcare Systems. E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery within 12 months after receipt of purchase order. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. 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. REPORTING REQUIREMENTS 1. During The contractor shall provide the Contracting Officer s Representative (COR) with monthly written progress reports. These are due to the COR by end of each week throughout the project's duration. 2. The progress report will cover all work completed during the preceding week and will present the work to be accomplished during the subsequent week. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. H. TRAVEL Travel is not required for this contract. Remote support is the normal method for assistance and installation of upgrades. I. GOVERNMENT RESPONSIBILITIES A Memorandum of Understanding exists between the VA and Nuance Communications to allow for a Site-to-Site VPN connection that allows Nuance technical staff who have completed security and education requirements to access VISN 9 PowerScribe servers for maintenance purposes. The Government will maintain the Site-to-Site VPN connection and any necessary Access Control List entries to ensure access to those servers so long as the terms of the MOU are maintained. J. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL Skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and COR. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the COR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COR and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. K. 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. 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 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. VA HANDBOOK 6500.6 APPENDIX B VA ACQUISITION REGULATION SOLICITATION PROVISION AND CONTRACT CLAUSE 1. SUBPART 839.2 INFORMATION AND INFORMATION TECHNOLOGY SECURITY REQUIREMENTS 839.201 Contract clause for Information and Information Technology Security: Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. 2. 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) As prescribed in 839.201, insert the following clause: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Security Training a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until the training and documents are complete. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. SECURITY INCIDENT INVESTIGATION a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor's address. e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. 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. 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. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. ยง 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 L. 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 have 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 SCHEDULE OF DELIVERABLES CLIN Location Quantity Part Number Description 0001 Nashville DC 214391 HMI100 MCKESSON RADIOLOGY VOLUME LICENSE Licensed for 214,391 Exams per year. 0002 Nashville DC 14000 HMI500 MCKESSON RADIOLOGY MAMMOGRAPHY PLUS LICENSE Licensed for 14,000 Mammography Exams per year. 0003 Nashville DC 1 MMV201-613 MEDVIEW CLIENT (PACS PLUG-IN) AND CORRIDOR 4DM MI (SPECT-PET) CONCURRENT- 1ST LICENSE 0004 Nashville DC 7 MMV202-613 MEDVIEW CLIENT (PACS PLUG-IN) AND CORRIDOR 4DM MI (SPECT-PET) CONCURRENT- 2ND OR SUBSEQUENT LICENSE 0005 Nashville DC 1 ORC200 ORACLE SOFTWARE LICENSE 0006 Nashville DC 1 NHA410H2K12R2 MCKESSON RADIOLOGY HIGH AVAILABILITY DATABASE SERVER - UP TO 1,500,000 EXAMS PER YEAR - HP 0007 Nashville DC 3 SRV600H2K12R2 MCKESSON RADIOLOGY APPLICATION SERVER - HP 0008 Nashville DC 2 SRV800H2K12R2 CLINICAL REFERENCE VIEWER APPLICATION SERVER - HP 0009 Nashville DC 1 HPA702B COMMUNICATIONS MANAGER - PAIR - UP TO 10,000,000 ANNUAL EXAMS - BIG-IP 0010 Nashville DC 1 NSD731N5Y NexSAN Image Storage NAS SAS 13TB Usable 5Yr 0011 Nashville DC 1 NSD651N5Y NexSAN Image Storage NAS NL-SAS 64TB Usable 5Yr 0012 Nashville DC 1 NXA4101M5Y NEXSAN ASSUREON NETWORK STORAGE ARCHIVE - 266TB USABLE STORAGE 0013 Nashville DC 1 NXA441M5Y NEXSAN ASSUREON NETWORK STORAGE ARCHIVE EXTENSION- 49.9TB USABLE STORAGE 0014 Nashville DC 1 NXA501E5Y NEXSAN ASSUREON EDGE 0015 Nashville DC 1 NXA100I 24 PORT SWITCH 0016 Nashville DC 2 RCK210H 42U RACK AND RACK COMPONENTS - HP 0017 Nashville DC 1 ORC205 ORACLE SOFTWARE LICENSE 0018 Nashville DC 1 TST400H2K12R2 MCKESSON RADIOLOGY TEST SERVER - HP 0019 Mountain Home 90000 HMI100 MC...
Data sourced from SAM.gov.
View Official Posting »