Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
DOCUMENT

W -- GPS EQUIPMENT AND SERVICE - Attachment

Notice Date
2/8/2017
 
Notice Type
Attachment
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N0426
 
Response Due
2/21/2017
 
Archive Date
5/31/2017
 
Point of Contact
CHELSEA BLACK
 
E-Mail Address
chelsea.black@va.gov
(chelsea.black@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 5 of 6 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 517911 to Provide a one (1) year contract with four (4) additional option years to fully install a turnkey GPS vehicle monitoring system for VA Greater Los Angeles (VA GLA) to perform real-time and trip history monitoring of a fleet of 434 government-owned buses, trucks, and passenger vehicles based throughout Central to Southern California. 3. Interested and capable Contractors should respond to this notice not later than February 21, 2017 by providing the following via email only to Chelsea.Black@va.gov (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Statement of Work: Provide a one (1) year contract with four (4) additional option years to fully install a turnkey GPS vehicle monitoring system for VA Greater Los Angeles (VA GLA) to perform real-time and trip history monitoring of a fleet of 434 government-owned buses, trucks, and passenger vehicles based throughout Central to Southern California. The contractor shall ensure that all of the following GPS hardware (transmitters and wiring harnesses), software, labor, software programs/applications, data entry, and user training are provided at no additional charge and that the system is made to be fully operational for all vehicles in the GLA fleet within the first thirty (30) calendar days of the contract period: The vehicles needing new GPS unit installations must have all their old GPS hardware (including the wiring harnesses) removed and their new GPS hardware installed by the contractor at the site where the vehicles are normally parked at night. The contractor shall be provided with a list of the names and phone numbers of the GLA staff who control different groups of these vehicles. The contractor shall make arrangements with these GLA staff to gain access to the vehicles in order to install the new GPS hardware. It is expected that the contractor shall travel to the below list of locations in Central and Southern California to provide the installations on-site. Also the contractor shall have to schedule the installations to be performed on days and times that do not adversely affect GLA clinical operations (including conducting some of the installations on weekends or evenings): VA West Los Angeles Healthcare Center, 11301 Wilshire Blvd., Los Angeles (approximately 295 vehicles spread out on a 400 acre campus) VA Sepulveda Ambulatory Care Center, 16111 Plummer St., North Hills, CA (approximately 82 vehicles spread out on 100 acre campus) VA Los Angeles Ambulatory Care Center, 351 East Temple St., Los Angeles, CA (approximately 18 vehicles) VA Santa Barbara, Community-Based Outpatient Clinic, 4440 Calle Real, Santa Barbara, CA (approximately 6 vehicles) VA Santa Maria Community-Based Outpatient Clinic, 1550 E Main St, Santa Maria, CA (approximately 6 vehicles) VA Bakersfield Community-Based Outpatient Clinic, 1801 Westwind Dr., Bakersfield, CA (approximately 5 vehicles) VA San Luis Obispo Community-Based Outpatient Clinic, 1288 Morro St, San Luis Obispo, CA (approximately 3 vehicles) VA East Los Angeles Community-Based Outpatient Clinic, 5426 E Olympic Blvd, Commerce, CA (approximately 2 vehicles) VA Gardena Community Based Outpatient Clinic 1149 W 190th St, Gardena, CA, (approximately 1 vehicle) VA Network 22 Director s Office, 4811 Airport Plaza Dr., CA (approximately 1 vehicle) U.S. VETS, 733 Hindry Ave, Inglewood, CA (approximately 1 vehicle) Paso Robles Post Office, 800 6th St., Paso Robles, CA (approximately 1 vehicle) Morro Bay Veterans Memorial Building, 206 Surf St., Morro Bay, CA (approximately 1 vehicle) Lompoc Veterans Memorial Building, 100 E. Locust Ave., Lompoc, CA (approximately 1 vehicle) Kern City Veterans Memorial Building, 1905 Wilson Rd., Kern City, CA (approximately 1 vehicle) Santa Barbara Elks Building, 150 N Kellogg Ave., Santa Barbara, CA (approximately 1 vehicle) Antelope Valley exact street address to be provided (approximately 1 vehicle) Eight (8) spare GPS devices and wiring harnesses The contractor shall be given read access to VA Greater Los Angeles current GPS system and shall ensure that all existing eighty-four (84) geographic zones in the existing GPS system are accurately drawn, named and saved by the contractor into the new GPS system within the two weeks of the start of the contract period. See Paragraph 8.r. below for more information on geographical zones. The contractor shall be given access to VA Greater Los Angeles current GPS system and shall manually type-in all data associated with all 434 VA GLA vehicles in the current GPS system into the new contractor s GPS system. This data includes all of the vehicles license plate numbers, the VIN numbers, the current odometer readings, the vehicles make, model, exterior paint color(s) and the vehicles group assignments. This shall be accomplished within two weeks of the start of the contract period. The contractor shall ensure that his GPS system is pre-programmed with a dashboard that shows: A colored pie chart to visually display the number GPS units that have transmitted successfully within the previous 3 days or less, the number that have been offline between 3 and 21 days, the number that have not been online for 21 days or more, and the number that have never been installed. This shall be accomplished within thirty (30) calendar days of the start of the contract period. A Trip History printable/displayable report shall be created and displayed on the GPS system dashboard within two weeks of the start of the contract period, in both Microsoft Excel and Adobe pdf file formats, for all GPS installed devices that provide the following information for each vehicle: The total number of unique calendar days each vehicle was driven any distance during the preceding month; The total miles that each vehicle was driven during the preceding month; and The maximum speed that the vehicle was driven during the preceding month. Each plug n play GPS transmitter shall interface, through the contractor-provided wiring harness, directly to the vehicle s 16-pin OBD II diagnostic connector. The wiring harness must be configured so that it doesn t have to be physically disconnected from the diagnostic connector whenever a vehicle repairman needs to plug in a standard scan tool or code reader. No other configuration of GPS hardware interface with the vehicle is acceptable. The contractor-provided GPS wiring harness shall be installed by the contractor at the street address where the vehicles are normally parked overnight as described above in Paragraph 1. The contractor shall ensure that the wiring harness is installed with an adequate number of plastic zip ties to firmly secure the harness out-of-sight so that the GPS device and harness does not move or get in the way of the driver s feet or legs when the vehicle is driven. The contractor shall also secure the GPS device with a metal strap so that it can t be easily stolen or disconnected from the wiring harness. Within four (4) hours after a GPS device is installed and tested for proper operation in a vehicle, the contractor shall carefully manually enter all relevant data associated with the vehicle into the GPS system (e.g., vehicle tag number, vehicle VIN number, vehicle current odometer reading, vehicle make, vehicle model, vehicle exterior color(s) and assigned VA GLA Service/Program). GPS system shall include all of the following features Telematics hardware MUST offer data in real time with NO ping rate AND a map refresh maximum of 15 seconds. GPS units MUST be transferrable to any vehicle without units having to be reprogrammed (True Plug n Play). Engine diagnostics MUST provide actual diagnostic codes and not a reference code. Telematics MUST provide ability in REAL-TIME accident detection with both ignition on or OFF. Fuel usage telematics MUST be able to analyze fuel usage and MPG direct from the vehicle and not via an algorithm and MUST be able to know fuel consumption and gallons of fuel used along with fuel card integration at NO additional cost. NO purging of data is allowed. Data must be stored for a lifetime and the VA MUST OWN the data, not the telematics provider. System MUST provide unlimited user access for as many employees as needed at no additional charge. Multiple expansion capabilities MUST be available including Driver ID, Vehicle Sensors, Emergency Man Down and the ability to coach drivers with a speaker expansion. The contractor shall provide lifetime user training and an unlimited amount of on-line chat and/or telephone support as deemed necessary by VA GLA to train system users at no additional cost. Real-time, web-based GPS vehicle location monitoring/map display system must allow for simultaneous GPS location tracking of up to 500 vehicles. The GPS software provided by the contractor shall be accessible through, and fully functional with, Microsoft Internet Explorer. Ability of GPS Administrator to limit access of some GPS system users to read only as well as limit their access to just some vehicle groups. Archival storage of all past vehicle trips that includes vehicle speed, vehicle stops, date/times, map location display and direction of travel along the vehicle path. Ability to have a real-time display of the following information with each vehicle: vehicle description, GPS device type and serial number, VIN number, license plate number, and real-time updating of odometer reading. Ability to do real-time email reporting of actual vehicle diagnostic trouble codes. Ability to create a user-created vehicle Groups Tree with multiple levels of vehicle groups and vehicle subgroups. The Groups Tree shall graphically show which groups are responsible for which vehicles. Ability to assign each vehicle to different user-named vehicle group(s) and subgroup(s) as well as and the ability to display all vehicle groups on the GPS map simultaneously as well as the ability to select just a single vehicle or just one vehicle group on the GPS map display. Ability for users to create and save visible or invisible geographical zones by drawing the zone s boundaries and then assigning a unique name for the zone. Ability to determine whether vehicles are inside, outside, entering, leaving, or stopped inside of a user-created geographic zone. Real-time change in the displayed shape of vehicle icons on the screen depending on whether the vehicle is stopped, moving or stopped inside one of the geographic zones described in Paragraph 8.r. above. The colors of the vehicle icons on the GPS display shall change and the change in color shall correspond with how many days it has been since the specific vehicle s GPS signal was last received. Ability to utilize different key fobs to distinguish and identify the names of each driver. The GPS software provided by the contractor shall allow user-selected audible in-vehicle alerts to be sent to the driver to give real-time notification of unsafe or potentially risky driving events. Regardless whether the vehicles engines are turned on or off, the GPS system shall have the ability to: Determine whether the vehicle engine is turned on or off; Accurately determine and display each vehicle s real time position as well as the history of routes traveled including the vehicle s speed, date, time, trip duration, geographic map location(s); and Report on harsh braking, hard acceleration, harsh cornering, speeding, seat belt use, possible accident, idling, engine light on, battery drain, and engine abuse. The GPS software shall allow users to create their own rules for how and where the vehicles are driven based on criteria that minimally includes engine ignition (off or on), geographical zones or zone types, speed, speed limit, duration, distance, device, driver ID, driving, stop, trip distance, trip duration, and work hours. The programming wrappers shall also minimally include is value less than, is value greater than, and is value equal to while programming logic minimally includes and and or. User shall have the ability to include notification of rule exception to alert selected individual users via email, on-screen pop-up and/or system log entry. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement--
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0426/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0426 VA262-17-N-0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262572&FileName=VA262-17-N-0426-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262572&FileName=VA262-17-N-0426-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04395835-W 20170210/170208234634-85ad110520d5aee154b7014a723bbc93 (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.