DOCUMENT
N -- Internet access for the Augusta VAMC Augusta GA. - Attachment
- Notice Date
- 8/12/2011
- Notice Type
- Attachment
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
- ZIP Code
- 30901
- Solicitation Number
- VA24711RP0332
- Response Due
- 8/17/2011
- Archive Date
- 10/16/2011
- Point of Contact
- Iridious T. Ruise
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This announcement constitutes a Sources Sought notice for the Department of Veterans Affairs VISN 7 Network Contracting Activity. The following information is provided to assist the Department of Veteran Affairs VA Medical Center Augusta, GA in conducting Market Research of Industry to identify potential Service Disabled Veterans Owned Small Business or Veterans Owned Small Business contractors to provide internet access to patients and family members at the Augusta VAMC.. The applicable NAICS code is 517210 and size standard 1,500 employees. Federal Acquisition Regulation (FAR) provision 52.211.6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. The Government does not intend to make an award on the basis of this Sources Sought notice or otherwise pay for the information solicited herein. This notice is for the purpose of identifying potential sources and does not commit the government to make an award and/or issue a solicitation. Interested and qualified firms should submit pertinent information on their capabilities to provide the above mentioned services, including company name, address, telephone number, contact point and DUNS number of your firm. Responses are questions may be sent to Iridious T. Ruise NLT 1pm EST, August 17, 2011. Email: iridious.ruise@va.gov Charlie Norwood VA Medical Center Patient Internet Services Connectivity Performance Statement of Work 1. GENERAL: This Solicitation shall result in a firm fixed-price contract for the installation and operation of the system for a base period of 1year with four options that may be exercised at the government's discretion, for a total performance period of 5 years. This solicitation requests the contractor to install and maintain Internet access to be provided to patients and family members of patients at the two divisions of the Charlie Norwood VA Medical Center (CNVAMC). 2. BACKGROUND: The Charlie Norwood VA Medical Center site consists of a major hospital with two divisions. In addition to patients that visit the facility for periodic appointments, some are required to stay overnight or for multiple days depending on their medical condition and prognosis. The VA recognizes that its patient population and family members use the internet as a means of both researching information as well as remaining in communication with friends and family members on a near-constant basis. As a result, it is our desire to provide these patients and their family members' access to the internet to allow them to continue their communication. The VA also recognizes that the proper operation and functioning of a major health care facility requires its staff to have constant network and internet access. Therefore, the intent of this initiative is to provide our patients and their families' internet access without impinging on the efficient and effective operation of the hospital and its clinics. 3. PLACE OF PERFORMANCE: Charlie Norwood VA Medical Center, Uptown and Downtown Divisions and the Fisher House located on the Uptown Division property. Specific locations as identified below. The addresses for the locations are: Charlie Norwood VAMC Augusta Uptown Division One Freedom Way Augusta, GA 30904 Charlie Norwood VAMC Augusta Downtown Division 950 15th Street Augusta, GA 30909 POC: Gerald Crawford/Sandra Williford 706-733-0188 x6770 4. OBJECTIVE: The Charlie Norwood VA Medical Center is seeking a solution to provide our patients and guests wireless access to the internet while they are using our facilities in Augusta. The objectives of this proposal are to: 1.Provide our patients and their families internet access via a series of access points to include (but not limited to): Uptown Division oActive Duty Rehabilitation Unit - 3E ; wireless and maximum 5 wired to the PC workroom* oActive Duty Physical Therapy Unit - 1G; wireless oVocational Rehabilitation Ward - 1F; wireless oBlind Rehabilitation Ward - 1B; wireless* oLibrary - 3A; wireless and maximum 4 wired to existing PCs oCanteen - 1A; wireless oDomiciliary - 2D; wireless oCommunity Living Center - Various (1C, 1D, 3C); wireless Downtown Division oLibrary - 2D; wireless and maximum 4 wired to existing PCs oCanteen - 1A120; wireless oSpinal Cord Injury unit - Various (1E, 1H, 1F and 1G); wireless* oPalliative Care - 6A; wireless *These locations have priority to be installed and operational before any other locations. In addition to these specified locations within the hospitals, wireless service will also be required at the 21 room Fisher House (under construction on the Uptown campus). The proposal must also include provision and costing for expansion of service to additional specified areas in the facility. 2.Infrastructure provided must be separate and distinct from the current networks that are used to provide official business functions, applications and data necessary for the operation of the hospital and its clinics. It also must not interfere with current wireless infrastructure in-place in the facility which is currently used for both business functions and medical devices. 3.Provide a network filtering service and a network filtering device that prevents users from visiting inappropriate sites. The device must allow additional blocking as determined by VA policies and procedures. A filter list will be provided on a regular basis to the offeror as the need arises since websites may change addresses or new sites may appear from time to time. 4.Provide a toll-free telephone support function for users to report problems with the service and resolve those problems in a timely manner. 5.Although this concept provides a service to our customers, it is expected that it will be provided without a requirement to provide full time, redundant, fault-tolerant service. We desire that the service be available 24 hours a day, 7 days per week (24X7); however, we are neither requiring nor expecting the supplier to provide total fault tolerance. 5. PERFORMANCE REQUIREMENTS: 1.Develop an installation plan for required equipment 1.1Survey facilities. 1.2Determine locations for wireless access points. 1.3Determine need for/location of wired access points. 1.4Determine requirements for wired infrastructure. 1.5Determine power requirements. 1.6Determine communication closet requirements. 1.7Determine equipment requirements. 2.Install required equipment 2.1Develop a schedule to install equipment in a manner that minimizes possible disruptions in patient areas. 2.2Install equipment and test for functionality. 2.3Contractor will be responsible for installation and testing of all components, fiber and cabling outlined in this document, in accordance with normal industry standards and practices. 3Test system functionality 3.1Ensure that system provides access at all installed points and provides complete coverage of desired areas. 4Publicize system availability 4.1Provide instructions for use. 5Maintain the system 5.1Provide a 24 hour/toll free telephone number that provides users a capability to report problems and have problems resolved quickly and efficiently. 5.2Provide a maintenance team that has the capability to troubleshoot and repair system outages within 24 hours. Issues that cannot be resolved within this time frame will be handled on a case-by-case basis with the Contracting Officer's Technical Representative (COTR). 6System Performance 6.1Network devices should be compatible with industry standard wireless protocols (i.e. 802.11b, 802.11g, and 802.11n). 6. ADDITIONAL REQUIREMENTS: In each of the locations the contractor will provide commercial minimum 802.11 b/g wireless Internet connectivity to the following areas and wired Internet network connection in areas specified: The connectivity will be provided from the nearest external contractor connection point via fiber runs to the respective division locations utilizing existing conduit on the respective location grounds. Internet access will be a minimum of three (3) synchronous Mbps at each location. All medical center fiber terminations will use SC/ST connections as appropriate. Contractor is to provide all required labor and material. Contractor will be responsible for installation and maintenance of router, switches, wireless access points, and Category 6 wiring with connections to provide these capabilities. Installation will be coordinated with Department of Veteran Affairs OI&T staff to ensure an air-gapped connectivity separate from the medical center's network. All material used shall be UL approved and code compliant (NEC) as required for application. Installation shall be in accordance with NFPA and VA requirements. Existing cable trays and/or raceways shall be used to distribution. Locations where cable trays are not available, the distribution cable shall be run along the contour of the wall, being fastened with appropriate fasteners to ensure a secure and neat installation. Where cable penetrates fire and smoke walls that do not have existing cable trays metal sleeves shall be installed in accordance with VA requirements using approved fire stop material to seal ALL penetrations. Installation work will be performed during hours to meet facility requirements, which may include outside of normal non-duty hours to meet infection control and patient service requirements. A site visit and floor plans will be provided for interested proposers. Proposals must include the annual ongoing cost for the provision of Internet Services and maintenance of supporting infrastructure to the respective locations. On-site response time required is 24 hours on next business day from notification. Service will be performed during normal business hours of 8 AM - 5 PM. Vendor will provide all parts and labor necessary to keep equipment operating in accordance with manufacturer specifications. The contractor shall provide, in space below, the name, location and telephone number of the office where service calls are to be placed: Name: Address: Telephone No: This contract will be a single vendor award; however, the awarded contractor may sub-contract to other providers for portions of this work. All contractors and sub-contractors must be identified and complete/pass security requirements for working in a VHA Medical Center. Installation and full operational capability is to be completed within 120 days of award. Deliverable Definitions: The following deliverable definitions serve as a starting point for any questions or conversations concerning the products of this project. 1.Detailed system architecture: Proposed system architecture for answering the requirements of the Request for Proposal (RFP). 2.Detailed description of equipment locations and requirements: This deliverable will produce a detailed documentation of where offertory equipment will be located, wiring requirements, and power requirements for this project and detail expected throughput and capacity for both numbers of users and their level of use. 3.Detailed list of installation locations, dates, times, and required access: This deliverable will provide a complete description of installation steps, timelines, requirements for closet access, and proposed locations of offeror's equipment. 4.Equipment installed and fully functional: This step will involve the offeror demonstrating to the government's satisfaction that the equipment installed functions as required. 5.Detailed list of results including coverage areas and wireless capability: The offeror will provide detailed reports showing the performance characteristics of the offeror's equipment and that wireless coverage for required areas encompasses the area as required. 6.Maintain the system: The offeror will provide the government monthly reports that detail system usage, system up-time, number and types of customer problem calls and response times to those calls, both initial and at problem resolution. Deliverable Acceptance Criteria: All deliverables, except number 4, are documents. The contractor will provide an electronic copy with all deliverables. The COTR will notify the contractor in writing that the required documents are sufficient to meet the requirements above for the SOW. In order to avoid problems with expectations of products, the contractor is encouraged to submit a draft document to the COTR at reasonable time prior to final delivery to ensure acceptance criteria of products are met. Deliverables and acceptance of deliverables such as reports, and diagrams will be given to the COTR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24711RP0332/listing.html)
- Document(s)
- Attachment
- File Name: VA-247-11-RP-0332 VA-247-11-RP-0332_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=232090&FileName=VA-247-11-RP-0332-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=232090&FileName=VA-247-11-RP-0332-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-247-11-RP-0332 VA-247-11-RP-0332_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=232090&FileName=VA-247-11-RP-0332-000.doc)
- Record
- SN02532603-W 20110814/110812235852-d420f787b3380cbc0a23753d1d57dea8 (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 |