SOURCES SOUGHT
D -- INTERNET SERVICE FOR JLM AND NLR FOR MESSAGE BOARDS AND VETERANS GUEST INTERNET SERVICE
- Notice Date
- 3/20/2019
- Notice Type
- Synopsis
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- ZIP Code
- 77030 4298
- Solicitation Number
- 36C25619Q0548
- Response Due
- 4/8/2019
- Archive Date
- 5/8/2019
- Point of Contact
- John.Walker15@va.gov
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER: THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 517311 is 1,500 employees. 1. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide the Central Arkansas Veterans Healthcare System (CAVHS) with all labor, tools materials, supplies, equipment, cabling, licensing, personnel, supervision and transportation required to provide High-Speed Internet Services to CAVHS facilities. 2. Place of Performance: A. John L. McClellan Memorial Veterans Hospital 4300 West 7th Street Little Rock, AR 72205 B. Eugene J. Towbin Healthcare Center 2200 Fort Roots Drive North Little Rock, AR 72114 3. Opportunity: The MEDVAMC is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the MEDVAMC in determining potential levels of competition available in the industry. NOTE: All Questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor has the capability to meet the government requirement. 4. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information. a. Is the Contractor licensed/certified to provide High-Speed Internet Services and any updates as required? Contractor shall attach documentation of their licensing/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. b. Are contractor personnel/technicians certified/licensed to install required hardware to meet service requirements? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. c. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number. d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 571311, PSC Code: D322: IT & Telecommunications - Internet Please provide proof of qualifications. e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. f. What is the estimated market pricing for services of this magnitude? Please provide an estimated pricing guide/structure for review purposes to aid in accurately forecasting requirements. 5. Capability Statement: Provide your capability statement to demonstrate your company s understanding and ability to perform High-Speed Internet Services in accordance with the attached Performance Work Statement. 6. Relevant Experience: Please provide Government or Commercial agency relevant experience within the last three (3) years. Information shall include: Contract Number Name/Point of Contact (POC) POC phone number POC email address Brief description of how the contract referenced at 6(a) relates to the technical capability within the Telecommunications/Internet industry. 7. Subcontracting: If subcontracting, provide subcontractor s business name, address, phone number, and DUNS. Identify specific task(s) to be performed by the subcontractor and percentage of effort as the prime contractor. Contractor shall possess the capability to provide all requirements and objectives. 8. Attachment 1: Use format to submit Contractor s recommendations, CLIN Structure, etc. 9. Instructions and Response Guidelines: RFI responses are due by 11:00am (CST) on Monday, April 8, 2019; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to john.walker15@va.gov All Questions shall be submitted by 10:00am (CST) on Wednesday, April 27, 2019 via email to john.walker15@va.gov Telephone requests or inquires will not be accepted. The subject line shall read: 36C25619Q0548 High-Speed Internet Services NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(f). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. 11. Contact Information: Contract Specialist, John Walker Email address: john.walker15@va.gov Your responses to this notice is appreciated. DRAFT Performance Work Statement (PWS) Central Arkansas Veterans Healthcare System (CAVHS) High-Speed Internet Services Background: Commercial High-Speed Internet Access at the Little Rock and North Little Rock medical campuses will allow continued patient and guest internet connectivity. Internet independent (air gapped) of the Government network allows for current uses to include high speed wireless access points in patient waiting areas, kiosks for venders i.e. Retrax, connectivity of electronic communications boards, and expansion of MyHealthyVet to continue. This access will also be used to support the roll out of a campus wide Veterans Guest Internet (VGI) The current internet source is not adequate in bandwidth/speed and requires upgrade to meet the patient needs, and those of public affairs distributing current information on message boards throughout both locations. Current service is being provided by a 12Mb DSL contract on month to month extensions for the message boards and 37 access points. Additional wireless routers have slowed the system and make ordinary use of the internet unusable. The current system is not capable of the bandwidth expansion necessary to create a Veterans Guest Internet. This is for new internet service, not an expansion of the current DSL. The system will serve 4000 unique users daily. SCOPE: The Contractor shall provide all labor, tools, materials, supplies, equipment, cabling, supervision and transportation required to provide High-Speed Internet Services to the CAVHS facilities. The contractor shall provide services to the demarcation point and routing equipment capable of managing the provider s signal. 1.1. Tasks - The Contractor shall: Provide a fiber path onto VA Fort Roots property, building 3 and John L. McClellan (JLM) hospital to include all cabling necessary. Provide a Handoff Router at Fort Roots building 3, and room GD-101 at the JLM Medical Center Provide 4 (four) each EDI 1Gbps x 1Gpbs connections or greater internet service at the JLM facility Provide 5 (five) each EDI 1Gbps x 1Gbps connections or greater internet service at Building 3 located at 2200 Fort Roots Drive / 29 Block minimum Provide and configure security routers at each demarcation plus firewall with Network Address Translation (NAT)/Port Address Translation (PAT) for internet access points to interface with the worldwide web. Security device shall protect against spyware, viruses, malicious apps, data leakage, and botnets as a minimum. Provide programmer access to all equipment provided Provide Operator/Programmer instructions on system 1.2. Responsibility The Contractor shall maintain: Cabling to property Demarcation routers/security device High-Speed Internet Circuit 2. PERFORMANCE STANDARDS: The Contractor shall ensure High-Speed Internet meets or exceeds 1Gbps x 1Gbps Ethernet Dedicated Internet Circuit. 3. PLACE OF PERFORMANCE: a. Eugene J. Towbin Memorial Healthcare Center 2200 Fort Roots Drive (Building 3) North Little Rock, AR 72114 b. John L. McClellan Memorial Veterans Hospital 4300 W 7th Street (Room GD-101) Little Rock, AR 72205 4. OPERATIONAL COVERAGE: Access to communication rooms shall be as follows, unless prior coordination with Engineering Services is made. 4.1 Normal work hours: Monday through Friday 8:00 am - 4:00 pm (excluding Federal Holidays). 4.2 Federal Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day, along with any other day specifically declared by the President of the United States to be a national holiday. 5. QUALITY CONTROL: The service provider shall provide a description of their Quality Control Plan (QCP) for review. All installation, if required, must be made in accordance with industry accepted design and installation methods in compliance with current American National Standards Institute (ANSI) Tentative Interim Amendments (TIA), National Fire Protection Association (NFPA), National Electrical Code (NEC), and Electronic Industries Alliance (EIA) standards. Veterans Affairs Engineering and Information Technology shall have final review, approval, and be the accepting authority for all telecommunications infrastructure, design, installation, materials, and methods in all phases of the design and installation process. 6. CERTIFICATIONS AND PROFESSIONALISM: Installers, if required, shall be certified by the manufacturer of the system(s) they are installing and shall certify installation for the manufacturer s warranty. 6.1 Installers shall: Have the necessary tools and test equipment Provide trained technicians to operate the equipment Be able to test, record, and produce drawings Provide material that is new and free of defects (delivered to the job site in original packaging) Be professional in all interactions with staff, CAVHS employees and patients Maintain a professional appearance at all times (wear appropriate attire) Display contract badges while on CAVHS campus Follow campus rules while on CAVHS campus 7. ACCESS TO INFORMATION AND INFORMATION SYSTEMS: CAVHS Engineering shall supply the Contractor with the minimum logical (technical) and/or physical access to CAVHS information and telecommunication systems for contractor employees and sub- contractors to: Perform services outlined in the PWS Perform necessary maintenance functions for performance of the contract 7.1. Use of Information: CAVHS information provided to the Contractor for either the performance or administration of this contract shall only be used for those purposes. No other use is permitted without the Contracting Officer s (CO) express written authorization. 7.2. Service Providers: The service provider shall not make copies of CAVHS information, electronic or otherwise, except as necessary to perform the terms of the agreement or to preserve electronic information stored on Providers electronic storage media for restoration in case any electronic equipment or data used by the provider needs to be restored to an operating state. 7.3. Contractor owned IT devices: The installed system is for public use and will in no way be connected to any Veterans Administration information systems. The C&A requirements do not apply and a Security Accreditation Package is not required. 7.4. Privacy Act: Work on this project may expose personnel to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 8. CHANGES TO CONTRACT OR PWS: Changes to this SOW or the impending contract shall only be authorized and approved through written correspondence form the CO. A copy of each change shall be kept in a project folder along with all other documents or items pertaining to the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 9. PAYMENT: The Contractor shall submit requests for payment electronically to the VA s Tungsten Network. Invoices shall be paid monthly in arrears for all authorized work performed upon receipt of a properly prepared invoice submitted to: https://www.fsc.va.gov/einvoice.asp. Invoices must include contract number, purchase order number, location inspected/treated and date inspected/treated. Non-performance or late performance may result in delayed or reduced payment under this contract. (End of Performance Work Statement) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0548/listing.html)
- Record
- SN05255111-F 20190322/190320230019 (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 |