Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2025 SAM #8756
SOURCES SOUGHT

R -- DirectTV Programming Services for Puget Sound VA

Notice Date
11/14/2025 7:51:28 AM
 
Notice Type
Sources Sought
 
NAICS
516210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0137
 
Response Due
11/20/2025 3:00:00 PM
 
Archive Date
12/05/2025
 
Point of Contact
Peter Park, Contracting Officer
 
E-Mail Address
Peter.Park2@va.gov
(Peter.Park2@va.gov)
 
Awardee
null
 
Description
Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested and capable of providing the services requested, as well as any large businesses. The results from this source sought notice will be used to determine the appropriate set-aside. The intended contract is a firm-fixed price service contract. The SBA Non-Manufacturer Rule is not applicable as the intended contract is for services. The Department of Veterans Affairs, NCO20 is looking for authorized distributors of DirectTV to provide TV programming services compatible with existing DirectTV headend equipment for several locations throughout the Puget Sound VA Health Care System. See below Statement of Work for scope and locations. Statement of Work: Contract Title. Television Programming Services. Scope. The contractor shall provide television programming services (remote continuous feed) to the Government facilities listed in section 4 in the form of a ""Basic or Extended package"" that will meet the Government's minimum television requirements for the performance of its official duties in accordance with this Statement of Work. Channel Capacity. The contractor shall provide the government with a Basic Tier, and Extended Tier of service option packages to select from (50-100 channels). The following channels are included in the current channel lineup: Channel Channel # Channel Channel # KOMO ABC Local Lifetime 252 KING NBC Local AMC 254 KCPQ FOX Local TV Land 304 KIRO CBS Local Turner Classic 256 KCTS Local Comedy Central 249 KSTW CW Local NewsMax 349 KBTC Local MSNBC 356 KONG Local AHC 287 Daystar 369 CTN 376 Hillsong 371 CNN 202 Fox News 360 SYFY 244 TBS 247 Food Network 231 TNT 245 USA 242 Paramount 241 A&E 265 ESPN 206 HGTV 229 BET 329 FX 248 Animal Planet 282 Discovery 278 History 269 Nat Geo 276 Travel 277 BTN 610 Golf Channel 218 Root Sports 687 ESPN U 208 ESPN 2 209 ESPN News 207 FS1 219 NFL Network 212 CBS Sports 221 Cartoon Network 296 AXS TV 340 Inspire 364 Bravo 237 CMT 327 Hallmark 312 Hallmark Movies 565 TRU TV 246 Weather 362 Galavision 404 Channel Channel # Channel Channel # Univision 403 E Network 236 TLC 280 Gameshow 233 MTV 331 WE 260 VH1 335 In addition, a channel guide will be included in the channels. Place of Performance: This is a list of locations that require television programming services. This list is for reference only. There may be locations not yet on the list or new locations added during the term of this contract. Puget Sound Health Care System 663 Seattle Campus - 1660 South Columbian Way, Seattle, WA 98108 American Lake Campus - 9600 Veterans Way, Tacoma, WA 98493 Puget Sound Health Care System 663 Seattle Campus has 300 TV locations American Lake Campus has 150 TV locations CRRC Vet Center (operational APR19) 3 TV locations 305 S. Lucile Street Seattle, WA 98108 Port Angeles CBOC (operational) 2 TV Locations 1114 Georgianna Street Port Angeles, WA 98362 Type of Equipment. The Seattle and American Lake Campuses use the COM 3000 at the TV Headend. Port Angeles CBOC and CRRC Vet Center have standard DirectTV receiver. Safety Requirements. In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonable and necessary to protect the lives and health of occupants of the building. Security Requirement. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities.� The contractor employees shall have intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. Scheduled Service Interruptions. A notice to the Contractor to discontinue or reduce a service at a Government facility shall not result in the Government being charged fees for this service. No service charge, under any name, shall be assessed for disconnection or reduced service. Complaints: The Contractor shall promptly and courteously respond to complaints (within 1 day with the exception of weekends and holidays), including complaints brought to the Contractor's attention by the Contracting Officer. Privacy. The Contractor shall perform this requirement in a manner that protects against invasion of privacy and in conformance with the privacy requirements of federal law. Business Office Contact. The contractor shall maintain a toll-free call telephone access line which shall be made available and provided to the Contracting Officer and designated Government representatives, 24 hours a day, seven (7) days a week. The office telephone numbers shall also be supplied to the Contracting Officer and the designated government representatives. Period of Performance. Base Contract 12 Month 02/01/26 to 01/31/27 Technical References. Occupational Safety and Health Administration (OSHA)/ Code of Federal Regulations (CFR) 29 CFR Construction, 47 CFR Telecommunications part 76 National Fire Protection Agency (NFPA) NFPA 70E, NFPA 75, NFPA 76 National Electrical Code (NEC) ANS 1-2 TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications Inspection and Acceptance. The designated VAMC COR, or POC, will perform inspection and acceptance. In the event the services are not in conformance with the terms of the contract, the Government may require re-performance of the nonconforming services at no additional cost or obligation to the Government. Government Points of Contact. Will be provided prior to award. Hours of Operation. Contractor shall perform work at VA facilities between the hours of 8:00am and 4:30pm, Monday through Friday, excluding federal holidays. Performance Monitoring Quality Control. The Contractor is responsible for controlling the quality of services that conform to the contract specifications. As a minimum, the Contractor shall develop quality control procedures addressing the performance objective (television services, continuous). Quality Assurance. The Government will regularly inspect the Contractor's performance under this contract. Inspection of services does not constitute acceptance of services, nor does it relieve the Contractor of any responsibility to take all actions necessary to assure the highest quality of services rendered. Additional Information Any work at the VA must be cleared through the designated VA Point of Contact. Work may be in asbestos areas and the contractor must provide required protective clothing to be in specific areas. All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/508.htm. Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov by below response deadline: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 516210 Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers. To be considered a small business your company must have less than 47 million dollars in average annual receipts. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) Only authorized service distributors of DirectTV will be considered. Please provide a letter/proof of showing your company is an authorized service distributor. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (Base + 4 Option Years) 6) Capabilities Statement addressing the requirements in the Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Service Address: Puget Sound VA Health Care System Multiple Locations See SOW above Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 11/20/2023 by 3:00pm Pacific Time
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a5966791bcc24ec28b72376b8cbf6bc4/view)
 
Place of Performance
Address: Puget Sound VA Health Care System Multiple Locations - See SOW
 
Record
SN07642786-F 20251116/251114230039 (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.