DOCUMENT
D -- LEC Services for Region 3 - Attachment
- Notice Date
- 4/25/2014
- Notice Type
- Attachment
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11814I0264
- Response Due
- 5/9/2014
- Archive Date
- 8/7/2014
- Point of Contact
- Eleanor Slocum
- E-Mail Address
-
0-9677<br
- Small Business Set-Aside
- N/A
- Description
- Local Exchange Carrier (LEC) Services for Region 3 Request for Information Questions/Industry Input Needed This is a Request for Information (RFI) to conduct market research solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request does not commit the Department of Veterans Affairs (VA) to contract for any supply or service whatsoever. VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that VA will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Background/Requirements The mission of the Department of Veterans Affairs (VA), Office of Information and Technology (OIT), Service Delivery and Engineering (SDE) is to provide benefits and services to Veterans of the United States. In meeting these goals, OIT strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans' health care in an effective, timely and compassionate manner. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. OIT Region 3 Telecommunications Office (R3 TBO) is responsible for management and procurement of Local Exchange Carrier services for VA Medical Centers, Community Based Outpatient Clinics (CBOC), field and program offices and other remote users that are geographically dispersed throughout OIT Region 3 catchment area of Ohio (OH), Illinois (IL), Michigan (MI), Indiana (IN), West Virginia (WV), Kentucky (KY), Tennessee (TN), Virginia (VA), North Carolina (NC), South Carolina (SC), Georgia (GA), Alabama (AL), and Florida (FL). Questions In support of this effort, VA is conducting market research to help further refine requirements and establish the best acquisition approach. Attachment 0001 - Matrix of Service Delivery Point list with associated required services, is attached. Please complete the Attachment 0001 Matrix of Service Delivery Point list with associated required services by putting an "X" in the column for the services that your company can provide in that area and submit. An example would be for Line 4, Atlanta Memorial Service Network in Decatur, GA., put an "X" in Column H for POTS/B1 Line, if your company can provide that service in that area. In support of this effort, VA is conducting market research to help further refine requirements and establish the best acquisition approach. Attachment 0001 - Matrix of Service Delivery Point list with associated required services, is attached. Please complete the Attachment 0001 Matrix of Service Delivery Point list with associated required services by putting an "X" in the column for the services that your company can provide in that area and submit. An example would be for Line 4, Atlanta Memorial Service Network in Decatur, GA., put an "X" in Column H for POTS/B1 Line, if your company can provide that service in that area. In addition, if there are other Service Delivery Points your company can provide LEC services to, please add the Service Delivery Point to the bottom of the spreadsheet, to include the account number, and indicate what services you provide under the new Service Delivery Point. Furthermore, if there are additional services, not on the list that you could provide at each Service Delivery Point, please add a column and indicate the additional services and what Service Delivery Point, your company provides the service. Additionally, please address the following questions: (2) Name of Company: DUNS Number: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: (3) Does your company plan to be the prime contractor or subcontractor for this effort? (4) Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of the entire Region 3. Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed North American Industrial Classification System (NAICS) code of 517110 (small business size standard of 1,500 employees) to support set-aside considerations. (5) Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customers' identity, please address whether your company offers the same or similar services commercially (outside the federal government). (6) Please identify your company's Small Business size status based upon the applicable NAICS code of 517110. The Small Business Size Standard for this NAICS code is 1,500 employees. For more information refer to http://www.sba.gov/. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-owned Small Business Historically Underutilized Business Zone (HubZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) (7) The Government has selected the applicable NAICS code for this effort based upon the significant services encompassing the entire range of Acquisition and Budget requirements. If in responding to this RFI you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort along with detailed supporting rationale. (8) Please provide positive or negative feedback regarding the Attachment 0001 - Matrix of Service Delivery Point list with associated required services such as recommended changes, noted exceptions, ambiguities, etc. (9) If the vendor cannot provide service to all R3 SDPs, what experience does the vendor have in partnering with other providers to either mitigate coverage gaps or deliver a more compelling Local Exchange Carrier (LEC) Services' enterprise solution? Please provide details on advantages, disadvantages of partnering. (10) Do any existing laws or regulations prohibit a Incumbent Local Exchange Carrier (ILEC) from partnering with another ILEC or Competitive Local Exchange Carrier (CLEC) to provide coverage to all SDPs. Please provide details if the answer is yes. Submittal Instructions: Attachment 0001 - Matrix of Service Delivery Point list with associated required services, any additional information, and responses to this RFI shall be provided to Eleanor Slocum, Contract Specialist at Eleanor.Slocum@va.gov and Iris Farrell at Iris.Farrell@va.gov, Contracting Officer no later than 2:00pm EST on May 9, 2014. Submit questions in writing, regarding this RFI to Eleanor.Slocum@va.gov. The Government will try to answer all questions. Those questions and answers will be posted to this site as an attachment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6767912ca4d69f9efea50e3763d85eb)
- Document(s)
- Attachment
- File Name: VA118-14-I-0264 VA118-14-I-0264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1329484&FileName=VA118-14-I-0264-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1329484&FileName=VA118-14-I-0264-000.docx
- File Name: VA118-14-I-0264 Attachment 0001 - SDP list 4-17-14A w-svcs-features.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1329485&FileName=VA118-14-I-0264-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1329485&FileName=VA118-14-I-0264-001.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-14-I-0264 VA118-14-I-0264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1329484&FileName=VA118-14-I-0264-000.docx)
- Record
- SN03349500-W 20140427/140425234823-f6767912ca4d69f9efea50e3763d85eb (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 |