Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

D -- Consolidated Cellular Services

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Veterans Affairs;VISN 5 Contracting;849 International Drive;Linthicum, MD 21090
 
ZIP Code
21090
 
Solicitation Number
VA24511RI0014
 
Response Due
10/22/2010
 
Archive Date
11/6/2010
 
Point of Contact
Donyale Smith
 
E-Mail Address
donyale.smith@va.gov
(donyale.smith@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. The Veterans Health Administration (VHA) is seeking potential sources to enter into a contract for Cellular services. Background The VA Capitol Health Care Network (VISN5) wishes to pursue a consolidated cellular services plan for the entire VISN 5. VISN 5 includes numerous VA medical centers, clinics and remote facilities throughout the Maryland, Washington DC and Martinsburg WV Panhandle areas. Requirements 1.VA intends to contract for wireless cellular services, providing coverage at 3 VA Health Care systems within VISN 5 including remote facilities and catchment area. Service area includes Baltimore and Washington DC metro area and the following zip code areas: a.Baltimore - 21201 b.Perry Point - 21902 c.Loch Raven Campus & CBOC - 21218 d.Ft. Howard OPC - 21052 e.Glen Burnie OPC - 21061 f.Cambridge OPC - 21613 g.Pocomoke City OPC - 21851 h.Towson Regional Office - 21286 i.VISN Office (Linthicum) - 21090 j.Medical Center Martinsburg, WV 25405 k.VISN -5 Office Martinsburg, WV 25401 l.CBOC Winchester, VA 22602 m.CBOC Cumberland, MD 21502 n.CBOC Hagerstown, MD 21740 o.CBOC Ft Detrick, MD 21702 p.Washington VAMC, DC 20422 q.Charlotte Hall CBOC, Charlotte Hall, MD 20622 r.Veterans Community Clinic, Greenbelt, MD 20770 s.Veterans Community Clinic, Alexandria, VA 22310 t.Veterans Community Clinic, Washington, DC 20032 u.Alexandria OCCC, VA 22314 v.Business Office, Hyattsville, MD 20785 2.Contractor shall offer a dialing plan to include the following features as a standard or optional add-ons to the plan: a.Nationwide Service b.International Calling - Pay as you go (special circumstances) c.Shared Minutes - all devices can share minutes d.Unlimited in network calling e.Unlimited nights and weekends f.Rollover minutes - roll over minutes not used g.Cost per minute h.Unlimited data for BB and broadband i.Unlimited text messaging (add as optional for agency to add to specific phone numbers at the discretion of agency.) j.Push to talk 3.Contractor shall offer a broadband network plan. Plan can be separate from dialing plan or integrated with specific phones on dialing plan where the phone can be used to provide broadband services to a laptop computer. 4.Equipment options shall provide the ability to test phones prior to using on agency cellular service plan. Devices required for use include: a.Blackberry (device to include, Battery, AC Charger, Manual, and a holster) b.Cell phone / Smart Phone and accessories (AC Charger, earpiece, battery, holster) c.Broadband card utilizing the USB interface. 5.Contractor shall provide regular upgrades for devices with a determined time period for upgrades and cost per upgrade. 6.Contractor shall provide and maintain current inventory of devices in use. Submittal Information It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 10 pages. In response to the RFI, interested contractors shall submit the following information no later than 12:00 PM EST 10/22/2010 to VA Contracting Officer Donyale Smith via email at: donyale.smith@va.gov. 1. Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. a)The name, address, and value of each project b)The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material c)The name, telephone and address of the owner of each project d)A description of each project, including difficulties and successes e)Your company's role and services provided for each project. 2. Capabilities/Qualifications - Description of the capabilities/qualifications/skills your company possess to perform the work. 3. Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 4. Commercial availability - Description of the length of time your product/solution has been commercially available or, if necessary to modify your commercial product/solution, what is the impact to the commercial price, availability and magnitude of modification. 5. Socio-Economic Status - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 6. Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 7. Other Market Information - Provide any other relative information, however this information must be included within the 10 page limitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RI0014/listing.html)
 
Record
SN02311663-W 20101017/101015233739-c0b52c870c964c186be1fa2707ad3498 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.