Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

J -- Microwave Comm System Repair

Notice Date
4/1/2020 2:15:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0585
 
Response Due
4/10/2020 12:00:00 AM
 
Archive Date
04/25/2020
 
Point of Contact
Peter Kim peter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Microwave Communication System Repair 1.B. Description: Vendor will provide all labor, materials and equipment, for the repair of the microwave communication system connecting VA Greater Los Angeles Healthcare System campuses at West Los Angeles, Sepulveda and the Los Angeles Ambulatory Care Center. 1.C. Project Locations: 1.C.1. VA GLA, 11301 Wilshire Blvd, Los Angeles, CA 90073 1.C.2. Sepulveda Ambulatory Care Center, 16111 Plummer St, North Hills, CA 91343 1.C.3. Los Angeles Ambulatory Care Center, 351 E Temple St, Los Angeles, CA 90012 1.C.4. Mount Disappointment, CA 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0585. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 517919, All Other Telecommunications 1.G. Small Business Size Standard: $35 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Four (4) months 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 1K. Key solicitation milestones are: 1.K.1. A MANDATORY site survey will be conducted at 1100 PST Tuesday, April 7, 2020 for this procurement to provide first-hand knowledge of the remoteness and accessibility issues for the Mount Disappointment portion of the project. All participants must be cleared prior to arrival at the project site. The site is a shared location with the United States Secret Service who has authorized the VA to access to this facility. 1.K.1.A. Interested vendors MUST email the Contracting Officer, Peter Kim, at peter.kim33@va.gov. The email must be received no later than 1200 PST Monday, April 6, 2020. Please include the names of all participants for the site survey. Failure to respond by email as directed will PROHIBIT personnel from receiving clearance to participate in the site survey and will exclude the vendor from consideration for this project. 1.K.1.B. Participants will meet in the parking area across from the Haramokngna American Indian Cultural Center, called the Red Box Picnic Area. The address is Angeles Crest Hwy & Mt Wilson Red Box Rd, Azusa, CA 91101. 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 0900 PST Thursday, April 9, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000PST Friday April 10, 2020 to peter.kim33@va.gov . Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2. Statement of Work. 2.A. Scope. Contractor will provide all materials, tools, equipment, labor, supervision, and project management for the repair of the microwave communication system connecting VA Greater Los Angeles Healthcare System campuses at West Los Angeles, Sepulveda and the Los Angeles Ambulatory Care Center. 2.A.1. Microwave Link Mount Disappointment to VA Sepulveda and VA LAAOPC 2.A.1.A. Install 2(Two) 6 microwave dishes at Mount Disappointment and 3 ice shields using cat head and supports for cabling and ground for dish and path in both dishes. 2.A.1.B. Install loudspeaker 2.A.1.C. Perform link alignment and point-to-point functional test to/from Mount Disappointment 2.A.1.D. Run, Switches, cable, ground pipe and terminate 2.A.1.E. Perform link alignment and point-to-point functional test to/from VA Sepulveda. 2.A.1.F. Upgrade 2 (two) on-site UPS (Uninterruptible Power Supply) in the event of power failure. 2.A.2. Microwave link VA Sepulveda to Mount Disappointment 2.A.2.A. Install one microwave dish at VA Sepulveda and put up a 4 x 20 galvanized pipe on south wall of shelter thru bolted using � all-thread thru 3 angle Iron. 2.A.2.B. Upgrade network switches, and controllers. 2.A.2.C. Upgrade storage server. 2.A.2.D. Perform link alignment and point-to-point functional test to/from VA Sepulveda. 2.A.2.E. Run, cable and terminate. 2.A.3. Microwave Link VA LAAOPC to Mount Disappointment 2.A.3.A. Install 4 microwave dish on existing non pen mount. 2.A.3.B. Upgrade network switches and controllers. 2.A.3.C. Upgrade storage server. 2.A.3.D. Perform link alignment and point-to-point functional test to/from VA LAAOPC. 2.A.3.E. Run, cable and terminate 2.A.3.F. The Repeater site is a shared location with the United States Secret Service who has authorized the VA to access to this facility. Contractor must coordinate with the POC for access to Mount Disappointment at least 5 working days prior. 2.B. Contractor Qualifications and Experience. Persons performing the dish installation must possess 2.B.1. A current tower climber certification. 2.B.2. Crane operator and rigging credentials. 2.B.3. OSHA 10/30 certifications. 2.C. General Requirements. 2.C.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.C.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.C.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.C.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.C.5. Normal Working Hours. Normal working hours are 7:30am-4pm Monday through Friday. 2.C.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.C.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.C.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.C.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.C.6. Insurance Coverage. 2.C.6.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.C.6.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.C.6.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.C.6.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 03/30/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14d5a82e9f4043de9721574836016ad0/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN05607014-F 20200403/200401230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.