DOCUMENT
D -- Oklahoma City Lawton Data Connection - Attachment
- Notice Date
- 7/25/2016
- Notice Type
- Attachment
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
- ZIP Code
- 78744
- Solicitation Number
- VA118A16N0228
- Archive Date
- 8/24/2016
- Point of Contact
- Ty Senour
- E-Mail Address
-
1-4423<br
- Small Business Set-Aside
- N/A
- Description
- This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. Please review the draft requirement below (beginning on page 3). VA may not reply directly to each question during the RFI stage, but may consider any information provided from this RFI during the final development of the requirement. VA may contact individual respondents at its discretion. Please respond no later than July 27, 2016 addressing the questions below. Email response to Ty Senour at ty.senour@va.gov. Please do not submit general marketing information or capability statements. a.Provide a summary of your technical capability to meet the requirements. This should be limited to no more than 2 pages. Small businesses should also include information as to: 1)the intent and ability to meet set-aside requirements for performance of this effort, if applicable 2)information as to available personnel and financial resources 3)Information as to proposed team members, the percentage of work each is to perform and which requirements are planned to be subcontracted 4)SDVOSBs must indicate whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible SDVOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB requirement. BACKGROUND The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), Oklahoma City, OK is to provide benefits and services to Veterans of the United States. In meeting these goals, OI&T strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans' health care in an effective, timely and compassionate manner. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. Oklahoma City VAMC, OI&T requires a continuous uninterrupted Hub and Spoke Data Communications line between the Medical Center (parent facility, Hub) and the satellite locations (spokes) listed. This requirement is strictly for data connections outside the VA OI&T network. OI&T will provide and manage all internal network data requirements within each location from the dmarc. The contractor will have no access to any VA data. SCOPE OF WORK The contractor will provide continuous/uninterrupted 100 Meg data communications line between the Lawton Community Based Outpatient Clinic located on Fort Sill, OK to/from the Oklahoma City VA Health Care System. Oklahoma City VA Health Care System, 921 NE 13th Street, Oklahoma City, OK 73104 Lawton Outpatient Clinic, 4304 Pitman and Thomas, Ft. Sill, OK 73503 The service provided must have a service level agreement with a minimum 99.5% uptime. The identified bandwidth is required 100 % of the time, 24 hours a day, 7 days a week, 365 days a year. If service is interrupted for any reason, the contractor must make the Oklahoma City VA Health Care System a priority with immediate and continuous efforts to restore connections until the service becomes operational. As data connections are vital to the Medical Center, clinics and associated patient care, restoral efforts must begin and take place at any time an outage occurs, 24 hours a day, 7 days a week, 365 days a year. PERFORMANCE PERIOD The PoP shall be Period of performance is one base year beginning October 1, 2016 and 4 optional years after the base year. PLACE OF PERFORMANCE With the exception of an initial install (if required) of a line to the site dmarc, the place of performance is at the contractors site. This is a point to point connection from the contractor to the dmarc within the building, typically a leased space. Once data line is in place there is no onsite tasks. VA OI&T are responsible for all equipment, cabling, operations from the dmarc to all VA areas within the site. SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following: Install and maintain data communications service at each location. Line will terminate at the site dmarc. OI&T will be responsible for equipment and line from the dmarc point within the site. 100MB to 921 NE 13th Street from Ft. Sill Lawton Outpatient Clinic, 4304 Pitman and Thomas, Ft. Sill, OK 73503 (Metro E-100MB UNI Intrastate)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4aa3645603f1d0c01b4431206b96de32)
- Document(s)
- Attachment
- File Name: VA118A-16-N-0228 VA118A-16-N-0228.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2895996&FileName=VA118A-16-N-0228-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2895996&FileName=VA118A-16-N-0228-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04195140-W 20160727/160726000253-4aa3645603f1d0c01b4431206b96de32 (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 |