Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

S -- Television Signal Subscription Services

Notice Date
6/22/2023 12:11:55 PM
 
Notice Type
Sources Sought
 
NAICS
517111 —
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q1436
 
Response Due
6/28/2023 1:30:00 PM
 
Archive Date
06/28/2023
 
Point of Contact
Walida Moore-Saintil, Contract Specialist, Phone: 813-631-2856
 
E-Mail Address
Walida.MooreSaintil@va.gov
(Walida.MooreSaintil@va.gov)
 
Awardee
null
 
Description
2 Purpose and Objectives The intent of this Sources Sought Notice is to identify capable and responsible small businesses, including Service Disabled and Veteran Owned small business authorized distributors, or any business size, capable of providing the items as listed in the attached Statement of Work. NAICS Code: 517111 Wired Telecommunications Carriers These items are for the Department of Veteran Affairs, at James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd, Tampa, Florida 33612. James A. Haley is requesting contractors provide Services that meets or exceed the physical, functional, and performance of the listed salient characteristics. Responses to this Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include a Capability Statement and Authorized Distributor Letter with the Business Name, Address, Point Of Contact, And Socio-Economic Status. Are you able to provide the items listed? If so, please provide the following information: 1. Business Type. Are you a VOSB or SDVOSB? 2. Will you be submitting an exact item match or an equal product? 3. What type of quote will you be able to submit, Open Market or Federal Supply Schedule (FSS)? 4. You may add any additional information that you would like, such as price or delivery capabilities on a voluntary basis. This Is Not A Request For Quotes. This is a Request for Information (RFI) for market research purposes only to find potential sources. Nothing stated in this communication by any Government Official shall be treated as direction or a request to the vendor for delivery or performance. Only the Contracting Officer has the legal authority to bind the U.S. Government. You must be an authorized distributor of the products for the items of your submittal. Please provide proof of designation or official letter from the manufacturer. No awards will be made solely from the responses of this RFI. A description of the needed items is below: HD Digital Television Service for delivery of local and cable entertainment channels. All information is to be submitted via e-mail at Walida.MooreSaintil@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 15:00pm EST on Wednesday, June 28th , 2023. No submissions will be accepted after this date and time. Questions can be submitted electronically to Walida.MooreSaintil@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice DOES NOT CONSTITUTE a formal Request for Quote (RFQ), NOR IS THE GOVERNMENT OBLIGATED to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Performance Work Statement (PWS) Place of Performance: James A. Haley Veterans Hospital (JAHVH) main campus at 13000 Bruce B. Downs Blvd Tampa Fl. Scope of Work: The James A. Haley Veterans Hospital (JAHVH) has a requirement to provide our veterans with HD Digital Television Service for delivery of local and cable entertainment channels, to support the Veterans. The Tampa VA Medical Center is a clinical referral, Level 1a facility in Tampa, FL serving a four-county area of west central Florida, including Hillsborough, Pasco, Hernando, and Polk counties. James A. Haley is one of the nation s largest and most complex integrated medical facilities in the Veterans Health Administration. The medical center is comprised of a 525 bed medical center, which includes medical and surgical inpatient, acute psychiatry, pain/rehabilitation units and a community living center. Facilities Management Service has a requirement for the TV distribution to be overhauled and cable based service providing both off-air (local) and nationally distributed channels to be available for patient use without the installation of a headend system. The signal will be required to reach five hundred thirty (530) different outlets at the main facility, twenty-one (21) business CATV outlets at the fisher House 1 and seventeen (17) business CATV outlets at the Fisher House 2. DESCRIPTION OF SERVICES/GENERAL INFORMATION: 2.1 The Contractor shall provide all labor, materials, equipment, tools, supervision and other incidentals necessary to provide Cable TV/Video for patients at the James A. Haley VA Medical System main campus to include Fisher House 1 and 2. The address for the facility is 13000 Bruce B Downs Blvd, Tampa, FL 33612. The Contractor shall provide one-time installation services resulting in the delivery of monthly local and cable entertainment channels to patient care viewpoints throughout the James A. Haley main campus. These services are for the upgrade of the distribution system and cable delivery to the different locations. This will be a firm-fixed price contract. Period of performance will be from the date of award through twelve (12) months, with four (4) - option year periods. Options are exercised at the discretion of the Government. 2.2. Scope: The Contracting Officer s Representative (COR) or designated personnel will direct and oversee work, to include installation and repair. 2.2.1. All security requirements will be reviewed and adhered to while accessing premises. Site maps and drawings related to satellite/cable TV services will be provided by the government during the site visit. 2.2.2. All work within the hospital will follow appropriate infection control and prevention guidelines. Any work performed in asbestos areas shall be performed in accordance with Service Level Agreement 001-02, Asbestos Operations and Maintenance Program. Any required penetrations to the fire or smoke barrier partitions shall be in accordance with Service Level Agreement001-05, Fire/Smoke Barrier Penetration Permit System to ensure that proper smoke and fire protection is maintained including use of approved, UL listed fire sealant. 2.3. Objective: The new service will provide our Veterans with quality television entertainment viewpoints while receiving or waiting for care at the Tampa VA Medical Center. 2.4 At a minimum the provider will provide the following channel lineup: A & E Comedy Central Music Choice (multiple music channels) TBS WMOR ABC FSN Florida Nat Geo Tele Futura AMC FX NBC TLC Animal Planet Hallmark Movies NFL Network TNT BET HGTV Nickelodeon Univision CBS History PBS USA CBS Sports Lifetime Sun Sports VH1 CNN MSNBC Syfy Weather In addition, the VA needs channel insertions for the Church Channel, scroller channel (guide), and VA-1 and VA-2. 4. PERFORMANCE REQUIREMENTS The Contractor shall complete the entire installation and deliver the service package: 4.1. New installation: Tampa 4.1.1. The Contractor shall locate the Demarcation point(S), (DMARC) location for the Head End system, 4.1.2. The Contractor shall provide a full report to the Liaison officer before proceeding to the deployment of equipment. 4.1.3. The Contractor shall provide manuals and drawings to the Liaison officer for distribution throughout the medical center. 4.1.4 The Contractor will install/replace coaxial cable for each outlet location as needed. This includes known asbestos areas throughout the campus. 4.1.5. The Contractor shall set up site equipment and ensure signal strength. 4.1.6. The Contractor shall install the equipment, align and test. 4.1.7. The Contractor shall complete the testing and validation of cables 4.2 Contracted monthly TV/Video Service: 4.2.1 The Contractor shall provide 24/7 network operations with good quality HD Digital Television service for the delivery of local satellite/cable entertainment channels to the viewer package requested throughout the facility. 4.2.2. The Contractor shall maintain a 24/7 network operation center for reporting all types of outages and service interruption. 4.2.3. The Contractor shall provide an inventory and recording of system components during the contract period at no additional cost to the Government, 4.2.4. The Contractor shall complete the testing of cable and feed supply during the contract period at no additional cost to the Government, 4.2.5. The Contractor shall complete the testing of cables, replacing worn or weathered cables to avoid future outage problems due to equipment issues during the contract period at no additional cost to the Government. 4.3. The Contractor shall resolve all outages and service interruptions 4.3.1. The Contractor response time of interruptions shall be within three (3) hours of notification, 4.3.2. The Contractor response time of critical outages shall be one (1) hour of notification, 4.5.3. The Contractor response time of minor outages shall be three (3) hours of notification, 4.5.4. The Contractor response time of major outages shall be within one (1) hour of notification, 4.5.4 Delays will be reviewed and subject to the terms agreed to in the proposal. 4.5.4. Natural Disasters or unforeseen emergencies are the exception to delays in work completion. 5. PERFORMANCE LOCATION AND HOURS 5.1 The Contractor s primary place of work performance will be at James A. Haley Veterans Hospital including Fisher House 1 and 2, located at 13000 Bruce B Downs Blvd, Tampa, FL 33612 5.2. Government normal duty hours are from 0800-1630, Monday through Friday, excluding Federal holidays. 6. DELIVERABLES 6.1. The Contractor shall provide 24/7 network operations with good quality Digital Television service for the delivery of local video entertainment channels to all screens of the viewer package requested throughout the facility as provided above. 6.2. The Contractor shall ship all necessary equipment to the field technicians and deploy the necessary technicians. 6.3. The Contractor shall invoice monthly according to the established contract at the end of each billing cycle. 6.4. The Contractor shall only accept service calls from authorized personnel. A list will be provided to the contractor of all authorized personnel authorized to call in service calls. If a call is received by someone who does not have authority to order maintenance/repair/new services, the costs may not be accepted by the government. 7. KEY PERSONNEL REPLACEMENT AND SUBSTITUTION 7.1. The contract shall provide a list of authorized personnel and phone number listing of all service points of contact to the Contracting Officer Representative no later than ten (10) days after the award date. Notification of substitutions or replacement of key personnel shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 8. CONTRACTOR PERSONNEL AND MANAGEMENT 8.1. Contractor Personnel 8.1.1. The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this contract, any person whose employment would result in a conflict of interest with the Government s standards of conduct. 9. STANDARDS OF CONDUCT 9.1. Conduct of Personnel. Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this statement of work (SOW). The Contracting Officer or designated representative (COR) may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COR that such action(s) is in the best interest of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/662adf8a173b4531b52fa26e412e3276/view)
 
Place of Performance
Address: Department of Veterans Affairs James A. Haley Veterans' Hospital 13000 Bruce B. Downs Blvd., Tampa 33612
Zip Code: 33612
 
Record
SN06725454-F 20230624/230622230120 (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.