Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

D -- 534-16-1-5088-0010 Cable TV and Internet Service - Attachment

Notice Date
9/17/2015
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0994
 
Response Due
9/25/2015
 
Archive Date
11/24/2015
 
Point of Contact
Michael Giffon
 
E-Mail Address
l.giffon@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-247-15-Q-0994_1 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-15-Q-0994_1 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This is an unrestricted solicitation, brand name or equal. The North American Industry Classification System (NAICS) code is 517110, and the size standard is 500 employees. (v) This requirement consists of the following: Cable TV and Internet Service for R.H.Johnson VA Medical Center VENDOR TO PROVIDE THE FOLLOWING AT RALPH H. JOHNSON VA MEDICAL CENTER, 109 BEE STREET, CHARLESTON, SC 29401-5799: Item Description Qty Unit of Unit Total Measure Price Price 1.CABLE TELEVISION SERVICE FOR APROXIMATELY 274 UNITS AND CABLE INTERNET SERVICE DESIGNATED AS 4TH FLOOR. 12 MO 2. CABLE INTERNET SERVICE DESIGNATED AS UTILITY ROOM 12 MO 3. CABLE INTERNET SERVICE DESIGNATED AS MODEM II 12 MO 4. CABLE INTERNET SERVICE DESIGNATED AS MODEM III 12 MO 5. CABLE INTERNET SERVICE DESIGNATED AS ADDITIONAL MODEM 12 MO STATEMENT OF WORK 534-16-1-5088-0010 GENERAL INFORMATION 1.TITLE OF PROJECT:Provide cable TV and internet service to R. H. Johnson VA Medical Center (RHJVAMC) 2.SCOPE OF WORK:The contractor shall provide all resources necessary to cable tv to approximately 274 locations, and cable internet service. All work to be performed at the RHJVAMC, 109 Bee St, Charleston, SC 29401, contact phone (843)789-7256. 3.BACKGROUND:RHJVAMC requires cable TV service to many patient rooms and waiting areas, as well as cable internet service. 4.PERFORMANCE PERIOD:The contractor shall service required by this Statement of Work (SOW) for a period of one year from award date unless otherwise directed by the Contracting Officer (CO). 5.TYPE OF CONTRACT:Firm Fixed Price GENERAL REQUIREMENTS These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that the service provided will at a minimum be equivalent to what is currently provided on a month by month basis. 1)Provide approximately 60 channels of television to approximately 274 locations in the RHJVAMC, including cable internet service via cable modem located on the 4th floor. 2)Provide cable internet service via cable modem currently designated as Utility Room. 3)Provide cable internet service via cable modem currently designated as Modem II. 4)Provide cable internet service via cable modem currently designated as Modem III. 5)Provide cable internet service via cable modem currently designated as Additional Modem. 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 the parties other than the CO shall be borne by the Contractor. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the COTR with a copy of any licenses and/or permits obtained. TRAVEL All work is to be conducted at the RHJVAMC, 109 Bee St, Charleston, SC 29401, contact phone (843)789-7256. The Contractor is responsible for any anticipated travel and per diem. GOVERNMENT RESPONSIBILITIES The VA shall grant the Contractor access permission to all areas of the RHJVAMC necessary to provide the services required under this contract. CONTRACTOR EXPERIENCE REQUIREMENTS The Contractor shall be a licensed provider of Cable TV and Cable Internet services capable of providing the equipment and services specified above. The Contractor shall provide trained supervisory personnel, and trained technicians experienced in installation cable television and cable internet infrastructure. CONFIDENTIALITY AND NON-DISCLOSURE It is agreed that: 1.The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by 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. 2.The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, 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. 3.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. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply, and a Security Accreditation Package is not required. (vi) 52.212-1 (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Lowest price technically acceptable (LPTA) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following also apply to this solicitation: FAR 52.216-18 Ordering; VAAR 852.232-72 Electronic submission of payment requests; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources; VAAR 852.273-76 Electronic Invoicing (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. At a minimum, the offered item(s) must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The offereror that submits the offer that meets all of the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52-209-5, 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52-222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44, 52-22-50 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov and be received by Sep 23, 2015 at 1PM EST. Questions received after this date and time will not be answered. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE Sep 25, 2015 at 1:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to - Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: 109 Bee Street Charleston, SC, 29410 ATTN: Herb Watson, (843) 789-6783 Email: Herbert.watson2@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0994/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0994 VA247-15-Q-0994_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2322995&FileName=VA247-15-Q-0994-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2322995&FileName=VA247-15-Q-0994-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03891754-W 20150919/150918000234-334bf586c08b52181f5f03bc1d81b411 (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.