Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOLICITATION NOTICE

S -- Satellite Television Portland and Vancouver POP: 9/1/22 - 8/31/23 BASE ULTIMATE EXP: 8/31/2027

Notice Date
8/10/2022 9:53:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0772
 
Response Due
8/19/2022 9:00:00 AM
 
Archive Date
09/08/2022
 
Point of Contact
Amanda Drake, Contracting Specialist, Phone: 208-429-2019, Fax: N/A
 
E-Mail Address
amanda.drake@va.gov
(amanda.drake@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
2 Description 1. This is a combined synopsis/solicitation for Satellite Television Service with 4 option years. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26022Q0772) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) code is NAICS 515210 (Cable and Other Subscription Programming), Size Standard $41.5M Offerors must be registered in The System for Award Management (SAM) ( https://www.sam.gov), to be considered for award. The Vendor must be a Certified Veteran Enterprise (CVE) and registered as such on the Vendor Information Pages (VIP), http://www.vetbiz.va.gov . The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://www.acquisition.gov/far/index.html. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: Provide Direct TV signal to the TV digital head ends that are owned and installed on both campuses, 64 ( 61 ) Channels on the Vancouver Campus, and 96 ( 93 ) Channels on the Portland Campus. 3 channels are injected locally. Contractor shall furnish all necessary labor, supervision, equipment, tools, materials, subscriptions service, program and software updates, parts, diagnostic testing and service call for equipment and subscription broadcasting to locations. The subscription service shall meet all commercial standards for quality viewing and definition (High, standard, analog) as determined in the industry. 5. General requirements: Contractor shall furnish all necessary labor, equipment, tools materials, repair service, software updates, parts, etc., for repair, test, diagnostic and parts installation service as specified below in accordance with the terms and conditions and schedule of this PWS: Uninterrupted television programming service. Repair equipment to manufacturer specifications Calibration of equipment after repairs Replacement of equipment Update software Warranty of equipment based upon industry standards Premium channels optional 6. Satellite Programming: The Contractor will provide satellite programming for TV's located in the medical center, lodging and nursing home care. DIRECTV Commercial lodging and Institutional account programming is required for the minimum sites VA Portland Healthcare System, 3710 SW US Veterans Hospital Rd., Portland, OR 97239 Location Estimated Quantity Portland - 96 Channels 320 Drops VA Portland Healthcare System, 1601 E 4th Plain Blvd, Vancouver, WA 98661 Location Estimated Quantity Vancouver 64 Channels 180 Drops Note: The government reserves the rights to add additional outlets and locations at the agreed upon viewpoints price as stated in the price and CLIN schedule. Contractor will be notified via verbal or written notification from the ordering Contracting Officer per location. 6. Government may incorporate additional facilities by mutual agreement through a Supplemental Modification. 7. Channel SWAP Options: Contractor shall provide the ability to channel swap within the program line-up within a reasonable time upon request from the Contracting Officer Representative or designated government official. The ability to channel swap allows the government to exchange programs within the listing as a one for one exchange throughout the agreement. 8. Local Programming: Contractor shall provide support of internal programs managed within the Veterans hospital and local Television area program stations for the region. Contracting Officer will include local program stations and internal stations per order issued to the contractor for acceptance 9. Equipment Replacement and upgrades: Contractor shall provide equipment replacement for sites identified above (if applicable) to upgrade to industry standards for definition service (HD, analog, standard). Contract shall provide the availability to order, upon individual site order request, head end units, antenna, receivers, equipment racks and modulators for equipment upgrades for VISN 20. The contractor shall provide warranty on equipment based upon industry standards and/or upon additional ordering of extended warranty for equipment beyond standard warranty agreement. Contractor shall install and calibrate equipment for performance to include cable and wall outlet installation for TV service (if applicable). The model and definition of service shall be determined in conjunction with each individual site Contracting Officer Representative. However, standardization and performance are the base guidelines for all sites. The ordering of equipment is optional, and all warranty agreement shall be provided to the government upon request from the Contracting Offer or Contracting Officer Representative. 10. Repair Service: Contractor shall provide on-call repair service and calibration during normal business hours, after hours and weekends. Contractor shall be responsible for repairs to include labor, material, and travel cost for the repair of the equipment. Upon government receipt of the service call from the initial inspection and diagnostic of equipment the contractor must contact COR/POC prior to repairs. All parts supplied shall be compatible with existing equipment. New parts shall be furnished by the contractor and guaranteed against defects and/or failure in accordance with manufacturer s warranty period. 11. Documentation: After each repair or service visit, the contractor will provide a written service report indicating the date of service, the Equipment Bar Code Number (EE#), the model, serial number, location of the equipment serviced, the name of the service representative, the hours worked, the services performed, and parts replaced. The reports will be delivered to Facilities Management Service, Maintenance and Repair, for signature when work is complete. During non-standard hours, report will be taken to Energy Control Center ( ECC B2D125 ) for signature, when available. Point of Contact will be provided following Award. 12. Product modification, removal or recall: The contractor shall take immediate action to notify the COR/POC of any product, piece of equipment or item supplied and/or serviced under this contract that is deemed dangerous, hazardous, unsafe, requires modification, or is removed or recalled by the contractor or manufacturer. This includes any safety alerts issued regarding an established contract and any required modification, removal or recall that is suggested or mandated by a regulatory or official agency. 5. Place of Performance: Department of Veterans Affairs Portland VA Medical Center 3710 SW US Veterans Hospital Road Portland, OR 97239 Department of Veterans Affairs VA Medical Center 1601 East 4th Plain Blvd Vancouver, WA 98661 ine Item Description Unit Quantity Unit Price Total Price 0001 Directv Subscription service 96 channels/ 320 Drops Portland POP: 9/1/22 8/31/23 Month 12 _______ ________ 0002 Directv Subscription Service 64 Channels/180 Drops - Vancouver POP: 10/1/22 9/30/23 Month 12 _________ __________ 1001 Option Year 1, Service, Portland - POP:9/1/23 8/31/24 MO 12 1002 Option Year 1, Service, Vancouver - POP:9/1/23 8/31/24 MO 12 2001 Option Year 2, Service - Portland POP: 9/1/24-8/31/25 MO 12 2002 Option Year 2, Service - Vancouver POP: 9/1/24-8/31/25 MO 12 3001 Option Year 3, Service- Portland POP: 9/1/25-8/31/26 MO 12 3002 Option Year 3, Service- Vancouver POP: 9/1/25-8/31/26 MO 12 4001 Option Year 4, Service - Portland POP: 9/1/26-8/31/27 MO 12 4002 Option Year 4, Service - Vancouver POP: 9/1/26-8/31/27 MO 12 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 7. Delivery shall be within thirty (30) days from the time of award. Any installation of new equipment will have limited interruption and be arranged with a local Point of Contact (POC). Local contact information will be provided upon Award. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 9. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations. Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The evaluation will consider the following: The following is standard evaluation language (i.e., how the Government evaluates what is submitted in the quotation). The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to amanda.drake@va.gov no later than 10 AM MST on 08/19/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Amanda Drake at amanda.drake@va.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/898d5858508443f98eda8fb394f5ec2a/view)
 
Place of Performance
Address: Department of Veterans Affairs Portland VA Medical Center Engineering Service (P5FMS) 3710 SW US Veterans Hospital Rd, Portland, OR 97239, USA
Zip Code: 97239
Country: USA
 
Record
SN06421173-F 20220812/220810230117 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.