SOLICITATION NOTICE
N -- VAKN SATELLITE SITE INSTALL/MAINTENANCE
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of Veteran Affairs;Employee Education System (EES);Attn: Contracting Office BLDG 50;#1 Jefferson Barracks Dr;Saint Louis MO 63125
- ZIP Code
- 63125
- Solicitation Number
- VA-777-09-RQ-0287
- Response Due
- 9/16/2009
- Archive Date
- 11/15/2009
- Point of Contact
- Linda Eley(314)894-6427
- E-Mail Address
-
Contract Specialist
(Linda.Eley@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. The Department of Veterans Affairs Medical Center/Employee Education Resource Center, St. Louis, MO. This requirement is being synopsized as full and open competition under The National American Industry Classification System (NAICS) is 237130 and the small business size standard is $33.5 Million. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 - Acquisition of Commercial Items set aside for Small Business. COMMERICAL ITEM DESCRIPTION: The Department of Veterans Affairs Medical Center/Employee Education Resource Center, St. Louis, MO proposes to enter into a firm-fixed contract, for maintenance and installation of Veteran Affairs Quote are due Wednesday September 16, 2009 by 1:00 pm CST to Linda Eley, linda.eley@va.gov, or fax to (314)894-6436. Questions can also be permitted no later than Monday September 14, 2009 @ 3:00 pm CST. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. DEPARTMENT OF VETERANS AFFAIRS STATEMENT OF WORK FOR DIGITAL SATELLITE MAINTENANCE SUPPORT 1.0 PURPOSE The purpose of this contract is to continue to provide maintenance and Install support for the VA Digital Satellite Network. This will include maintenance phone support, onsite maintenance, equipment replacement or repair, and system integration updates to assure the proper operation of the digital satellite downlink systems within the Department Of Veterans Affairs. 2.0 PERIOD OF PERFORMANCE The period of performance for this contract will be October 1, 2009 - September 30, 2010 With the option to extend (3) years. 3.0 PERFORMANCE REQUIREMENTS 3.1 Maintenance support of the VA Digital Satellite Network will include: Site phone support, onsite maintenance, equipment replacement or repair, and system integration updates to assure the proper operation of the digital satellite downlink systems within the VA. There are approximately 350 sites in CONUS located in all 48 states and single sites located in San Juan, Puerto Rico, Honolulu, Hawaii and Anchorage Alaska that could require service from this contract. The sites include both non-penetrating roof mounts and ground mount dish installations. The satellite dishes compose of non-steerable 1.8 meter Prodelin dishes in CONUS and 2.4 meter Prodelin dishes outside CONUS. The IRD's used are Scientific Atlanta digital PowerVu D9234 & D9834 IRD's.The VA transmits a multi-channel conventional digital video signal and IP stream data 24/7. Some locations have single IRD applications and others use multiple IRD's which require power dividers and possibly line amplifiers for long destinations. 3.2 The following procedure will be used in the technical support process: (a) The site requiring technical support will call the VA Uplink Support desk and work with the VA engineer to access the technical difficulty. (b) If it is determined that a site visit or equipment exchange is required, the VA engineer will notify the COTR. (c) The Contract Officer Technical Representative (COTR) will use e-mail to provide a Task Order (Request) to the contractor with the site contact information and instructions to contact the site or send exchange equipment. (d) If requested to contact the site Point Of Contact (POC), the contractor or local technical representative will call the site POC, determine what equipment or parts might be required, coordinate getting those items to the site and schedule a day and time for a site visit. 3.3 The POC or POC alternate must accompany the contractor while on site. Onsite support could include such things as: peaking of the downlink dish with a Spectrum Analyzer, checking and replacing cables or equipment such as the IRD, LNB, amplifier, power divider, connectors, etc. or any other actions required to confirm the proper operation of the Digital Satellite System. 3.4 After the site support visit, the contractor shall complete a site evaluation and maintenance report identifying system checks, problems identified and repair actions accomplished and provide this to the VA COTR. 4.0 Tasks and Performance Standards 4.1 VA sites and site contacts who require maintenance support will be identified to the contractor by electronic mail by the VA COTR. This electronic mail request will serve as an official request (Task Order) to contact the identified site and provide service. 4.2 The contractor or representative will attempt contact with the site (POC) within (2) working days of being notified via e-mail by the VA to evaluate the system problem and schedule a site visit, if necessary. 4.3 Needed equipment such as; IRD's, LNB's, amplifiers, splitters, etc.to troubleshoot, repair or provide the service requested will be shipped to the local technician by the contractor unless other arrangements are made with the site POC to have the equipment shipped to the site. The contractor is responsible for safegaurd of the equipment. The return of un-used and defective equipment to the contractor facility will also be the responsibility of the contractor. 4.4 The VA will provide at least 20 IRD's, 20 LNB's and 20 power dividers which will be stored at the contractor facility for site repairs. Any IRD's, LNB's, etc. will be sent to the local technician by the contractor prior to the repair visit as determined by information given by the COTR and conversation with the POC. The Contractor shall act as a warehouse for IRD, LNB's & Power Divider replacements procured through the Government. 4.5 The contractor or representative must be on site within (5) working days of receiving the electronic Task Order requesting service. If this is not possible because of the POC schedule or any other reason, the contractor will notify the COTR. 4.6 After the site repair is accomplished a Site Evaluation and Repair Report, provided by the contractor will be sent to the VA COTR within 10 working days after the service is completed. This report will include a detailed list of work accomplished by the contractor, to include listing of any system deficiencies, equipment malfunctions, repairs, and equipment replacement which were required. The report will also list the new IRD UA # if a replacement was necessary. 4.7 All defective IRD's will be sent back to the contractor facility for further action to repair and placement into the repair pool, unless other arrangements are made by the COTR. 4.8 Any single site repair estimate over $1,000 will have to be pre-approved by the COTR & Contracting Officer. Any additional equipment requested or system expansion by a site will have to be approved by the COTR & Contracting Officer prior to the purchase and installation by the contractor. 4.9 Performance Standards a. The Contractor shall coordinate all activities through the COTR and the Contracting Officer to minimize the disruption to VHA facility personnel b. The contractor shall provide support service within the time frames specified in the Tasks Section 4.0. If the site repair cannot be performed on initial site visit, the contractor shall contact the COTR and provide reasons and recommendations. c. Site Evaluation and Repair Report will be submitted within (10) working days of the site visit. The report shall provide a detailed list of site visit required in section 4.0 d. Contractor employees working under this contract will exemplify professionalism in carrying out the tasks herein in the areas of timeliness, communication, appearance and workmanship. e. The Contractor shall act as a warehouse for IRD, and LNB replacements procured through the Government. Contractor must maintain records of receipt of Government material, disbursement, and return to inventory if the material was not necessary at the site visit. This record keeping includes keeping packing slips, site repair reports etc. Contractor shall also maintain records of IRDs requiring repair and track that process. FAR Clause 52.245-5 Government Property (Short Form) (APR 1984) g. The Contractor shall disburse material required for site visits as required for Task 1 in a timely manner. h. The Contractor shall maintain records that are subject to audit at any point throughout the period of performance. I. The Contractor shall maintain a secure environment for the Government Furnished Material in accordance with FAR Clause 52.245-5. PERFORMANCE STANDARDS MEASUREMENT TasksQualityAcceptableMeans Of StandardsQuality LevelMeasurement Communication/Contractor's responsivenessCommunicates to appropriateTimeline data records ResponsivenessResponse to the Contracting Officer, COTR and localpeople within a reasonable time, provide accurate information to provide a smooth site visit and repair.and random verification site contact. Response to site changes. Ability to communicateProfessional verbal and written status and details.Communication skills.Random Verification Clarity and effectiveness of contractor's communication. Subcontractor communication/ relationship with local contacts Timeliness Timely project start-upWork and reports received within the contract identified time period. of Performanceadherence to planned schedule, Timeline Records Identification of possible delays, non-standard solutions. Accurate, Up-to-date reports DeliverablesAccuracy and timeliness of equipment delivery.Appropriate equipment is deliveredCOTR/ CO Records in a timely manner within the planned schedule. InnovationContractor's ability to provide solutions to site difficulties and other project changes.Contractor able to provide solutions to site difficulties and work with staff and CO.COTR/CO Officer Information ReportsContractor's ability to provideContractor provides detailed site survey reports, information in established time period.Contracting Officer accurate and informative Site Reports.Timeline Record QualityTechnical quality of workmanship.Repair, equipment replacement, planning, is accomplished in a professional manner.Contract Officer/ COTR Verification 5.0 Materials and Workmanship All equipment, material and articles incorporated into the repair shall be new and of the most suitable grade for the purpose intended. The contractor shall not use any used components to substitute for existing equipment. IRD replacement will come from the appropriate VA inventory which will be stored at the contractor's facility. New cables will be cut to length and connectors will be secured with the proper crimping tool. The cables will be neatly secured with cables ties used every 12 inches to provide a neat installation. Plenum cable will be replaced with same rated cable. Power dividers, splitters, etc will be mounted and secured in a manner which provides a neat and clean installation. After the repair is accomplished the system operation will be shown to the (POC) to verify the repairs have been accomplished and repair report signed. 5.1 Safety and Clean-Up The contractor will follow normal OSHA safety standards when accessing roofs and areas which require climbing or working on elevated areas. The contractor will request assistance from the local facility when roof access can be provided by hatches or doors. The contractor shall be responsible for discarding boxes, bags, cables, etc. to the proper VA receptacle and restoring the room and facility. 5.2 Security The local contractor or representative will have a state issued picture ID available, such as a drivers license and business identification available for local VA security on site, if necessary. The contractor will have a VA representative with them in the area at all times as they work at the facility. DIGITAL SATELLITE NETWORK INSTALLATION STATEMENT OF WORK B.1.0 OBJECTIVE AND SCOPE Services are required for the procurement and installation of specified satellite downlink receive equipment as an expansion to the existing VA distance learning satellite network. The scope of this portion of the contract is to provide and install a new turn-key digital satellite downlink system as specified in B.4.3.16 at VA locations such as VA hospitals, National Cemetery sites, VA Outpatient Clinics, VBA, and other Department of Veterans Affairs locations requested by the VA and expand the capabilities of some of the existing sites. The receive system must include the designated equipment which is fully compatible with the existing VHA digital network. This process shall include a site survey, cost estimate documentation, equipment procurement, delivery and installation of a satellite dish, appropriate mounting hardware, LNB, mounting pole or non-penetrating roof mount, Scientific Atlanta PowerVu IRD, cabling, and other necessary components to provide an operational downlink system. The project will also include expanding existing systems by cabling and adding satellite receivers for providing more viewing locations and moving and re-aligning dishes, as required. The equipment shall meet all specifications included in this announcement. The same Scope of Work applies to sites outside the continental United States (CONUS) with the exception of the size of the dish. B.2.0 BACKGROUND Currently the Dept. of Veterans Affairs operates a digital Scientific Atlanta PowerVu uplink system transmitting on Galaxy 10R. The VA currently has 300+ downlinks using Prodelin series 1183 1.8 meter fixed dishes, Norsat 4508A LNB's or equivalent and approx. 1000 Scientific Atlanta PowerVu D9234 or D9834 Business Satellite receivers B.3.0 STANDARD CONUS DOWNLINK ROOF MOUNT INSTALLATION The standard downlink system shall consist of the contractor providing, delivering and installing the following: (1) 1.8 meter Prodelin offset feed single reflector antenna with Ku-band reception capability; (1) manufacturer recommended non-penetrating mount frame and mat, with appropriate cinder block weight on the mount in conformance with American National Standards Institute (ANSI) wind standards and grounded in accordance with Numerical Electromagnetic Code (NEC) and local electrical codes; (1) Digital Low Noise Block (LNB) and (1) Scientific Atlanta D9834 Mpeg-2 PowerVu Integrated Receiver Decode (IRD). The stated equipment must meet requirements noted in the attached Technical Specification Requirements Statement 4.3.16. The standard installation shall also include delivery of all equipment and parts necessary to complete the turn-key installation. The Standard Installation will include up to 200 feet of standard RG-6 Plenum cable between the antenna and IRD, necessary video, audio or RF cabling between the IRD and monitor or television provided by the customer. The standard installation requirements that are the responsibility of the contractor shall also include providing and installing conduit, and other necessary components between the antenna and IRD at roof entry and other locations necessary to meet common practice and local VA requirements as specified at the time of the site survey. Connection shall be made between the IRD and one television receiver, monitor or optional VCR provided by the VA with RF cables or video and audio connections as specified by the local VA. The dish must be adjusted and optimized with a spectrum analyzer at the time of the installation assuring maximum RF signal level from the designated satellite (Galaxy18). Standard installation assumes a flat roof, no cranes required to place the antenna, mount or ballast on the roof. Existing cable chases or standard height drop ceilings present for interior cable routing, and unimpeded access to the installation area. The VA is responsible for acquiring and/or performing any necessary licenses, permits, civil works, site fees, landlord and governmental, (local, state and federal) approvals for the installations and provide a clear line of site to the satellite. B.4.0 STANDARD CONUS DOWNLINK GROUND MOUNT INSTALLATION The standard downlink system shall consist of the contractor providing, delivering and installing the following: (1) Prodelin 1.8 meter offset feed single reflector antenna with Ku-band reception capability; (1) single pole ground mount, pole-mount sized per manufacturer recommendation to provide stable support for the dish; and the pole secured at a proper ground depth and stabilized with concrete to secure mounting pole from moving or becoming unstable. (1) Digital Low Noise Bloc (LNB) and (1) D9834 Mpeg-2 Integrated Receiver Decoder that meet requirements necessary for full performance capability with the current uplink system as noted in 4.3.16. The standard installation shall include providing and installing up to 200 feet of industry standard RG-6 Plenum cable between the antenna and IRD and necessary video, audio or RF cable between the IRD and monitor or television provided by the customer. The standard installation shall also include the trenching, conduit installation, and other common components necessary to complete the required connection between the dish and IRD. Conduit is required from dish access at the pole to the inside building entry point. Conduit must be sealed to prevent exposure to moisture. The dish must be adjusted and optimized with a spectrum analyzer at the time of the installation assuring maximum RF signal level from the designated satellite. The VA is responsible for acquiring and/or performing any necessary licenses, permits, civil works, site fees, landlord and governmental, (local, state and federal) approvals for the installations and provide a clear line of site to the satellite. B.4.1 STANDARD OUTSIDE CONUS INSTALLATION This would include all the requirements of the CONUS installation with the exception of the antenna size and mount. All outside CONUS sites shall have (1) 2.4 meter Prodelin dish, installed with (1) ground mounted pole or tripod approved by the dish manufacturer, and secured in a concrete base or pad as specified by the local VA facility and approved by the Contracting officer. The outside CONUS sites shall include San Juan, Puerto Rico, Anchorage, Alaska, and Honolulu, Hawaii. B.4.2 NON-STANDARD INSTALLATION REQUIREMENTS It is understood that there could be additional requirements or changes from the Standard Install that would be necessary to successfully complete the installation. These additional requirements should be identified during the site visit and in conversation with the site Point of Contact. These additional requirements outside the normal Standard Install will be included in the Site Survey Report with a cost estimate which will have to be approved by the Contracting Officer Technical Representative and Contracting Officer. An example of some additional requirements outside the Standard Install could be: a)Different antenna mount required because of local VA requirement or dish location difficulties b)Dish location from IRD's of more than 200 feet requiring additional cable, amplifiers and or difficult cable access between dish and receivers, which require additional costs c)Additional equipment such as modulators, switches, combiners, filters, and other supplies required to connect digital network to local CCTV network d)Additional cables required because of equipment location, or specific local system requirements e)Additional equipment purchased by the local VA site which is in addition to the standard installation such as equipment rack, additional monitors, splitters, DA's, and other supplies which are agreed to be installed prior to installation date f)Excavating under concrete walkways, and other modifications required to lay antenna cable, concrete dish pads, and similar types of supplies. g)Crane rental required to lift dish to roof location. B.4.2.1 The contractor shall work with the site point of contact to define actual dates for the site survey, equipment delivery and installation of the downlink equipment. B.4.2.2 The Site Survey Report shall be comprehensive and include all technical and logistics information in regards to the installation. The contractor will determine from the site survey the requirements to identify the installation as a Standard Install or Standard Installation w/ additional non-standard requirements. All non-standard additional requirements will be identified and detailed with a cost estimate in the report. The Site Survey Report presented by the contractor to the VA must include the following information: Date of survey, site location address, Point of Contact B.4.3 PERFORMANCE REQUIREMENTS B.4.3.1 The equipment provided shall be the make and model as specified in the Technical Specifications Statement 4.3.16. B.4.3.2 Upon authorization from the Contracting Officer to contact a site the contractor shall have 10 working days to contact the site Point of Contact, conduct a site survey to identify Standard and Non-Standard installation requirements and provide a detailed install plan and cost estimate document for review and approval by the Contracting Officer Technical Representative (COTR) and Contracting Officer (CO) prior to the installation. B.4.3.3 Within 10 working days of receiving the site survey report, the VA shall respond to the contractor with any and all questions relating to the site survey report. The contractor shall respond with answers to all questions and comments within 5 working days. Upon receiving satisfactory answers, the Contracting Officer shall approve and provide authorization to proceed with the site installation. Within 30 working days of receiving the approval to proceed, the contractor shall complete the receive site installation in accordance with the accepted site survey report plan and all local standards and polices shall be communicated to the contractor during the site survey. The installation contractor shall comply with all local facility safety and building codes and generally accepted industry standards. B.4.3.4 The contractor shall be responsible to identify all local requirements associated with the site installation and provide that information and cost to the Contracting Officer for approval. B.4.3.5 The contractor shall provide the necessary equipment to properly install and test the digital downlink systems at specified VA sites. The downlink systems shall operate in the KU-band frequency and shall be pointed and fixed to the Galaxy 10 R satellite with a Horizontal downlink polarity. The contractor shall notify the Contracting Officer when the installation, delivery or any services need to be changed or modified from those specified on the Site Survey Summary previously provided and approved by the Contracting Officer and COTR. B.4.3.6 The Contractor shall provide a Project work plan and time line when site locations are provided for installation. B.4.3.7 Materials and Workmanship All Contractor Furnished Equipment shall be "commercial-off-the-shelf" (COTS). All equipment, material, and articles incorporated into the work covered by this task order shall be new and of the most suitable grade for the purposes intended. The Contractor shall not use any used or "demo units" to substitute for new components. If the VA determines that the contractor has provided any system components that are not new, financial penalties equivalent to the cost of the component in question shall be applied to the task order. B.4.3.8 Alternates and Substitutions If for any reason after the task order award the make and model of any proposed component or sub-system is discontinued, the Contractor shall be responsible for notifying VA and proposing a replacement unit which meets or exceeds the operational/functional specification to the originally specified component. B.4.3.9 Shipping and Storage of Equipment The Contractor is responsible for all shipping and inside delivery costs associated with satellite downlink hardware and materials equipment. The Contractor shall arrange to deliver to the VA installation sites all required items. The storage of equipment shall be the responsibility of the Contractor unless other arrangements are made with the installation Point of Contact. VA personnel will not be responsible for physical relocation of any downlink items throughout the installation period. B.4.3.10 System Integration Period The VA utilizes each facility on a continual basis to perform its operational mission. To minimize the disruption to the VA personnel, the Contractor shall arrange in advance with specified individuals all equipment delivery and installation crews to ensure that the Distance Learning System is integrated within the stated period of performance. The VA will ensure that the Distance Learning rooms are fully prepared with all power, communications, furniture and lighting, required to smoothly integrate and install the Distance Learning System within the integration period and during the specified installation schedule. The VA will provide access to the installation site between the hours of 8:00 am and 4:30 p.m. between Monday and Friday unless other arrangements are made with the installation point of contact. The Contractor is advised that access to the VA installation sites may be restricted on Government observed holidays. B.4.1.11 AC Power & Grounding Power outlets will be provided by VA in the Distance Learning rooms for the Distance Learning System. The number of power circuits and the power rating of the circuits will be sufficient to power all system components. The location and amperage rating of all power circuits is provided on each sites room configuration drawings. To reduce the risk of electrical shock of operator and maintenance personnel, the Contractor shall employ industry standard electrical safety procedures. Additionally, all downlink dishes shall be grounded in accordance with standard industry practice. B.4.3.12 Mounting & Interfacing All components shall be mounted in such a fashion to provide reasonable access to all component controls required for operation and maintenance. In the event that the IRD shall be installed in a VA provided rack, the components in the equipment rack shall be mounted to optimize operator access, heat dissipation and physical stability of the loaded racks. B.4.3.13 Cabling Requirements The Contractor shall furnish and install cables and cable assemblies in tailored lengths to interconnect the equipment and racks. All cables shall be properly terminated and cut to length. The cables shall be logically grouped with power; video, audio separated to avoid electrical interference. All cable bundles shall be neatly tied down via cable ties every 12 inches. A 24" service loop shall be included for all rack mounted equipment with rack slides. All cabling run above the drop ceiling between rooms shall be installed according to guidelines EIA-TIA-568. All above ceiling cabling shall be installed in a cable tray or using "Category 5 J-Hooks" spaced no more than six feet between hooks. All cables shall be plenum rated if required by facility fire codes. Additionally, no single cable bundle shall exceed two inches in diameter. B.4.3.14 Clean Up The Contractor shall be responsible for restoring the room to its pre-installation condition. All trash, boxes, cable, unused materials, and similar disposable materials shall be brought out to the VA trash receptacles at each site. All pallets shall be removed from VA property by the Contractor and shall not be placed in VA trash receptacles. After all materials are discarded and furniture restored to its appropriate place, the contractor shall broom-sweep the installation area. B.4.3.15 Warranty Reports The Contractor shall provide an original manufacture's equipment manual, including description and technical specification of the equipment, with every system component provided under this task order. The Contractor shall furnish and identify the standard manufacturer's warranty. The warranty period begins upon completion of installation and acceptance. To keep accurate records of all installed equipment, a master warranty report shall be provided to the VA Contracting Officer listing Make, Model, UA, serial number, warranty start and end dates for each site. Additionally, instructions including specific address and point of contact data shall be provided to indicate how and where equipment shall be repaired and replaced under the warranty period. All required warranty cards and any other documentation relating to the warranty shall be provided to the VA at the time of installation. All aspects of installation shall be covered for one year by the installer's standard commercial warranty. B.4.3.16 TECHNICAL SPECIFICATION REQUIREMENT The following make and model of equipment must be used in support of this initiative in order to compliment the standardization, global IRD update capability and technical support of the existing network. a. Satellite Dish - Prodelin series 1183 1.8 meter (receive only) (CONUS Installations) b. Satellite Dish - Prodelin series 1252 2.4 meter (single pole receive only) (Outside CONUS) c. Roof Mounts: Dish manufacturer recommended non-penetrating mount frame and mat, with appropriate cinder block weight on the mount in conformance with American National Standards Institute (ANSI) wind standards and grounded in accordance with Numerical Electromagnetic Code (NEC) and local electrical codes. Ground Mounts: Single pole ground mount, pole-mount sized per manufacturer recommendation to provide stable support for the dish; and the pole secured at a proper ground depth and stabilized with concrete to secure mounting pole from moving or becoming unstable d. Satellite Receiver (IRD) - Scientific Atlanta PowerVu D9834 e. Low Noise Block Converter (LNB) - must meet or exceed specs of the Norsat 4508A Input Freq.: 11.7-12.2 Ghz L.O Freq. 10.76 Ghz Output Freq. 950-1450 Mhz Signal/Noise: 0.8dB L.O. Stability : 500 kHz L.O. Phase Noise: -65dBc/Hz @ 1kHz Conversion Gain 57dB +/- 0.6dB/36 Mhz segment Output Level (1dB compression) Power Requirements +15 to +24 Volts, 100 mA Input VSWR: 2.0:1 f. RG-6 Plenum cable and conduit for underground building access from ground mount dish application. *Changes in the make or model other than those specified will only be made if this equipment is no longer available by the manufacturer or the COTR requests a change for the benefit and requirements of a specific installation. B.4.3.17 OPTIONAL EQUIPMENT The Contractor shall also provide the VA the option to buy additional IRD's, modulators and other associated equipment and services, if needed, for future VA sites. B.5.0 PERFORMANCE STANDARDS TasksQualityAcceptableMeans Of StandardsQuality LevelMeasurement Communication/Contractor's responsivenessCommunicates to appropriateTimeline data records Responsivenessto the Contracting Officer,people within a reasonable time, provide accurate informationand random verification COTR, and Local site contact.to provide a smooth installation Response to site changes.process. Ability to communicateProfessional verbal and written installation status and details.Communication skills.Random Verification Clarity and effectiveness of contractor's communication. Subcontractor communication/ relationship with local contacts Timeliness Timely project start-upWork and reports received within the Of Performanceadherence to planned schedule,contract identified time periods. Timeline Records Identification of possible delays,Requests from the Contracting Officer non-standard solutions.accomplished within a reasonable Accurate, Up-to-date reportsTime period.Timeline Records DeliverablesAccuracy and timeliness ofAppropriate equipment is deliveredCOTR/ CO Records equipment delivery.in a timely manner within the planned schedule. InnovationContractor's ability to provideContractor able to provide solutions toCOTR/CO Officer solutions to site install difficultiessite difficulties and work with staff and COInformation and other project changes. ReportsContractor's ability to provideContractor provides detailed site survey reports,Contracting Officer accurate and informative Siteinstallation status, equipment warrantyTimeline Record Survey reports, Installationinformation in established time period Status reports, etc. to the COand in a professional manner. QualityTechnical planning, quality ofInstallation planning, design and Contract Officer/ COTR workmanshipworkmanship is professional.Verification B. 5.1 PERFORMANCE MEASURES At a minimum the following performance measures will be used and metrics shall be applied to rate the contractors performance throughout the task order. Contractor technical personnel ability to coordinate all site activities through assigned VA Points-of-Contacts (POCs) to minimize the disruption to VHA facility personnel. Contractor technical personnel ability to adhere to project schedules as agreed upon by the VA POC, VA Contracting Officer and the Contracting Officer Technical Representative throughout the project. Site Survey timeliness/completeness and accuracy. Site Surveys are comprehensive and include all technical and logistics information required to order the proper equipment and ensure a successful installation. Surveys include detailed costs based on the survey. Upon completing a site survey, the contractor shall have (10) working days to complete and deliver the site survey report to the Contracting Officer for review and approval to move forward with the installation. The contractor shall respond with answers to all questions and comments within (5) working days. Within (30) working days of receiving the approval to proceed, the contractor shall complete the install in accordance with the accepted site survey report plan. It is the responsibility of the contractor to ensure that the downlink site installations provide a fully functional system that is compatible with the existing network. If it is determined after receiving the approval to proceed that an additional level of effort labor or equipment is required beyond the scope of the approved survey plan, the contractor must provide these services within the original scope. The installation contractor shall comply with all local facility safety and building codes and generally accepted industry standards. Proposal Evaluation Criteria Each proposal received in response to the solicitation will be evaluated in accordance with the following evaluation factors: The evaluation factors are listed in descending order of importance and Award will be made to the Contractor who offers "Best Overall Value" to the Government. 1) Technical: Technical knowledge, demonstrated expertise, and understanding of required specifications. 2) Past performance. Contractor must include, as a part of the response, minimum of (3) case studies that demonstrate past performance on similar contracts. Case studies must include examples of relevant capabilities and experience as called out in this SOW. 3) Price. Contractor must reflect its best overall cost to the Government in support of the requirements of this solicitation. Price will be evaluated for reasonableness Proposal Evaluation Factors The offeror's proposal must give clear, detailed information sufficient to enable evaluation of best value based on Knowledge, Past Performance, and Cost. Briefly describe all relevant contracts within the last 3 years. List the most resent first. Submit customer satisfaction reports and survey results from both your Government and commercial clients. Include, contract type, duration, contract value, and contracting officer name and phone number. Past performance/Experience will be evaluated on the following factors: 1.Experience and Quality of similar services - Experience providing services of similar complexity to the proposed contract request. Examples and acknowledgements of success providing requested service. 2.Timeliness - Information and examples showing the ability to complete past similar contracts correctly and in a timely manner. 3.Key Personnel - Ability and knowledge of personnel on staff to manage the proposed contract as the prime contractor. Ability of own personnel or sub-contractor to complete multiple installations professionally and in a timely manner. 4.Management Ability - Ability and examples of how similar contracts were managed as far as communication with the Contracting Officer, COTR, Point of Contact and Sub-Contractor, when necessary. Examples of documentation process used and ability to communicate and manage the contract progress. 5.Price - Completeness and realism of the price proposal and the determination of best value. Proposal Evaluation and Scoring Proposal Scoring will be based on the following: Evaluation Factors (1-4) will be combined for a possible score of (0-100) Evaluation Factor (5) will scored from (0 - 70)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-09-RQ-0287/listing.html)
- Record
- SN01940468-W 20090905/090904002221-16eb1c9d8a2205dcaedf06dc328c07e7 (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 |